Skip to main content

An official website of the United States government

You have 2 new alerts

Baker Bay Pile Dike Repair

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: May 20, 2024 05:40 pm EDT
  • Original Response Date:
  • Inactive Policy: Manual
  • Original Inactive Date: Oct 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2QA - REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    USA

Description

The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) intends to solicit construction firms who are interested in submitting a competitive firm-fixed-price bid for this project. This announcement is for the Baker Bay Pile Dike Repair project in Pacific County Washington and Clatsop County Oregon. 

The work includes mobilization/demobilization, establishment of access to West Sand Island, removal of existing timber piles on dike BB0.28 (but not on BB0.28W), placement of rock on dike BB0.28 from the West Sand Island shoreline to the Federal Navigation Channel and on BB0.28W, placement of a dynamic revetment on West Sand Island, installation of marker piles, and incidental related work. 

The work site is located at West Sand Island and the adjacent Baker Bay Federal Navigation Channel pile dikes, named BB0.28, BB0.56, BB0.70, and BB0.86.

Contractor access to West Sand Island will be either from the barge landing area between BB0.70 and BB0.86 or from the footprint of BB0.28 as shown on the drawings. It is the view of the Government that any dredging of sediment adjacent to West Sand Island to allow for access is not beneficial to the Baker Bay system. Furthermore, it is the Government's intent that any dredging within the allowed area, as specified in Section 31 00 10.00 25, be limited to the minimum amount necessary to allow sufficient access for construction of a material offload facility.

The anticipated completion date for physical construction is 31 October 2026. 

The solicitation will be issued as an Invitation for Bids (IFB). This acquisition will result in a single firm-fixed-price contract.

The estimated magnitude of construction is between $10,000,000 and $25,000,000.

This procurement is unrestricted/full and open competition. The North American Industry Classification System (NAICS) code for this action is 237990; Other Heavy and Civil Engineering Construction with a small business size standard of $45M.

This synopsis is not a request for quotes (RFQ), proposals (RFP), or in an invitation for bids (IFB). This is a pre-solicitation notice indicating that a solicitation for a competitive acquisition for the award of one firm-fixed-price contract is intended to be issued via Contract Opportunities at SAM.gov.  The tentative solicitation issuance date is late July 2024.  The solicitation will not be issued less than 15 days from the date of this notice.  The specifications and drawings will be included with the solicitation once issued.

This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.

Bids will be due not less than 30 days from the date the solicitation is issued.  The definitive bid due date and time will be stated in the solicitation and any associated amendments that may be issued.

Contractors are responsible for checking this page for any update(s) to this notice.

Pursuant to FAR 4.1102, firms must be System for Award Management (SAM) registered at the time their bid is submitted.  Bids from offeror’s that have not registered or completed their online representations and certifications may be rejected.  The initial registration process in SAM may take several weeks.  Registration instructions may be obtained, and online registration may be accomplished, at www.SAM.gov   

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA

Primary Point of Contact

Secondary Point of Contact

History