Hawaii Bids > Bid Detail

Hawaii Water Management - Repair Waiahole Reservoirs 155 and 225, Oahu, Hawaii

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159709061260531
Posted Date: Feb 8, 2024
Due Date: Feb 22, 2024
Source: https://sam.gov/opp/03d624aaf1...
Follow
Hawaii Water Management - Repair Waiahole Reservoirs 155 and 225, Oahu, Hawaii
Active
Contract Opportunity
Notice ID
W9128A-24-Z-0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
POD
Office
W2SN ENDIST HONOLULU
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Feb 08, 2024 12:51 pm HST
  • Original Response Date: Feb 22, 2024 02:00 pm HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2QA - REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 237110 - Water and Sewer Line and Related Structures Construction
  • Place of Performance:
    Honolulu , HI 96819
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION FOR BID.

The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from Prime Contractors AND Subcontractors interested in performing work on a potential design-bid-build construction solicitation for Hawaii Water Management Irrigation System Improvements, Waiahole and Kokee Reservoir System, Island of Oahu, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE.

Project Description:

The U.S. Army Corps of Engineers, Honolulu District, through the Civil and Public Works Branch, proposes to conduct improvements to the Waiahole Irrigation System located at the Waiahole Ditch Irrigation System in the central part of the Island of Oahu.

Project Scope: The overall purpose of the project is to improve to two small reservoirs used for irrigation water storage along the Waiahole Ditch Irrigation System. Improvements will include geometry corrections of the reservoir embankment, new inlets, outlet and spillway works, and a high density polyethylene (HDPE) liner in the interior of the reservoirs.

The major elements of the scope of work include: pre-mobilization activities; compliance with applicable environmental requirements; mobilization which includes preparation of temporary construction staging and dewatering areas, clearing, grubbing and stripping of reservoir slopes, crest, and proposed footprint, dewatering of reservoirs and temporary closures, removal of sediment from reservoirs, excavation of existing reservoirs embankments, installation of new outlet works tying into existing facilities at the downstream toe, installation of new intake and slide gate for proposed outlet pipe, installation of new pumps, construction of new embankment, construction of new spillway and inlet structures, erosion control seeding and construction of irrigation system, installation of HDPE liner, utility relocation, dewatering of the sediment according to specified environmental best management practices; transportation of the dewatered sediments to the PVT Landfill as the upland disposal site; and, demobilization which includes the restoration of the temporary construction staging and dewatering areas to their original condition.

(1) Reservoir 155 is an earthen-filled structure built during the later 1920s. It is approximately 22 feet deep and has a storage capacity of 18 mgal of water. Reservoir 155 will be excavated to increase its storage capacity and lined to reduce seepage losses. Repairs will also be made to the overflow channel and a new sediment trap and inlet screen will be constructed.

(2) Reservoir 225 is an earthen-filled structure built during the later 1920s. It is approximately 15 feet deep and has a storage capacity of 9.5 mgal of water. Reservoir 225 will be excavated to increase its storage capacity and lined to reduce seepage losses. A new sediment basin will be constructed in the reservoir and a new debris screen will be installed at the reservoir inlet.

The estimated performance of period is 24 months. Magnitude is $10M to $25M.

Interested Prime Contractors should submit the following:

a. Narrative demonstrating successful completion of construction projects of similar scope and complexity to the subject project. Project narratives submitted should include construction of embankments with a minimum quantity of 25,000 cubic yards in the State of Hawaii or at a remote location similar to Hawaii (must describe how the location was similar to Hawaii in terms of the logistical (i.e., personnel, materials, equipment, transportation) challenges and/or considerations inherent in a project location that is isolated) within the last 5 years. The project must have also included responsibilities for the dewatering and disposal of excavated material;

If the contractor does not have specific project experience, provide a narrative demonstrating its technical approach and methodology in completing the work (including all major elements of the scope of work described above) to be performed for the subject project.

b. Narrative demonstrating experience with HDPE liner installation in similar size and scope of the work to be performed for the subject project;

c. Narrative demonstrating experience in complying and coordinating with Federal, State of Hawaii, and local environmental agencies;

d. Bonding capability for a single contract action of at least $15M and aggregate of at least $25M by the interested prime contractor.

e. UEI and CAGE CODE, Expiration date in SAM.GOV.

f. Indicate whether your firm is a large business or small business and indicate applicable socio-economic category of FAR PART 19.

Narratives shall be no longer than two (2) pages.

Email responses are required. Responses are to be sent via email to brett.j.watanabe@usace.army.mil and tristin.n.suetsugu@usace.army.mil no later than February 22, 2024, 2:00 p.m. Hawaii Standard Time.

Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION ZH BLDG 230 ATTN CEPOH CT
  • FORT SHAFTER , HI 96858-5440
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 08, 2024 12:51 pm HSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >