SOURCES SOUGHT
Z -- DWORSHAK POWERHOUSE BRIDGE CRANES REHABILITATION
- Notice Date
- 11/24/2008
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-09-R-SS03
- Response Due
- 12/4/2008
- Archive Date
- 2/2/2009
- Point of Contact
- Jani Long, 509-527-7209<br />
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Corps of Engineers, Walla Walla District is seeking small business sources for the construction project entitled, Dworshak Powerhouse Bridge Cranes Rehabilitation. This will be a firm-fixed-price contract. Construction magnitude is between $1,000,000 and $5,000,000. The period of performance is 300 calendar days. A bid bond of 20% or $3,000,000, whichever is less will be required. Performance and payment bonds of 100% will be required. The work shall consist of rehabilitating two 350-ton bridge cranes located in the powerhouse at Dworshak Dam. Mechanical and structural work for the rehabilitation of the two bridge cranes includes replacing existing wire rope, motor couplings, bearings, operator's cab, operator's controls, modify or replace mounting bases for motors and brakes, provide guardrails, as well as inspection, cleaning, alignment, balancing, and testing. Drums shall be removed, repaired and reinstalled. Two lifting beams shall be inspected. The Contractor shall engineer and design all new components of the system and submit computations and drawings. The design engineer for all calculations and drawings shall be a registered professional engineer. Electrical work includes repair of the existing grounding straps to the crane rails, removal of the operator's controls, the removal of all electrical equipment and wiring on the two bridge cranes, and the design, fabrication, factory testing and field testing, furnishing, and installation of electrical and control equipment and associated systems. The electrical equipment and associated systems include motors, brakes, limit switches, complete control systems including radio control, collectors and conductors, conduit, wiring, load cells and indication, a complete, hardwired, crane-mounted public address (PA) system (wireless will not be acceptable), and auxiliary devices required to replace and enhance the cranes' electrical power, lighting, and control systems. The bridge cranes shall be inspected, tested and certified at the rated capacity by the Contractor. Personnel training shall be conducted by the Contractor. The existing paint system has a primer containing red lead. Any damaged paint, rust, or corrosion is to be removed and receive touch-up painting. Only items taken away from the Powerhouse to the Contractor's facility for refurbishment will receive full lead abatement prior to being repainted. All on-site lead abatement, containment and disposal incidental to on-site painting activities shall be as specified. Spray painting shall not be performed at the Project. The Contractor shall provide an authorized representative responsible for the preparation of the schedule and all required updating (activity status) and preparation of reports. The authorized representative shall have previously developed, created, and maintained at least three electronic schedules for projects similar in nature and complexity to this project and shall be experienced in the use of the scheduling software. The Contractor shall provide a Site Safety and Health Officer (SSHO) provided at the work site at all times to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contractor. The Contractor Quality Control (QC) person cannot be the SSHO on this project, even though the QC has safety inspection responsibilities as part of the QC duties. The SSHO shall have a minimum of three years safety work on similar project, a 30-hour OSHA construction safety class or equivalent within last three years, and Competent Person Training as needed. The Government will use the Resident Management System for Windows (RMS) to assist in its monitoring and administration of this contract. The Contractor shall use the Government-furnished Construction Contractor Module of RMS, referred to as QCS, to record, maintain, and submit various information throughout the contract period. This joint Government-Contractor use of RMS and QCS will facilitate electronic exchange of information and overall management of the contract. QCS provides the means for the Contractor to input, track, and electronically share information with the Government in the following areas: a. Administration b. Finances c. Quality control d. Submittal monitoring e. Scheduling f. Import/export of data The Contractor shall be responsible for quality control and shall establish and maintain an effective quality control system. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product that complies with the contract requirements. The system shall cover all on-site construction operations and shall be keyed to the proposed construction sequence. The Contractor shall utilize established in-house quality control procedures to assure full compliance with all off-site work. The Contractor shall submit daily reports for all on-site work and for all off-site work. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, which can be found online at http://www.hq.usace.army.mil. At the Headquarters homepage, select Safety and Occupational Health. This sources-sought announcement is a tool to identify qualified potential offerors and determine whether there are capable small business firms who can accomplish the work. Please indicate your interest by submitting a statement of your firms capabilities addressing the experience, past performance history, technical requirements described above, bonding capacity and a statement indicating the size of your business to Jani Long, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or email responses to jani.c.long@usace.army.mil. Your response to this notice must be received on or before close of business on December 4, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=014ff5ef35470df835cc42f93a05d59d&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
- Zip Code: 99362-1876<br />
- Zip Code: 99362-1876<br />
- Record
- SN01709486-W 20081126/081124214807-014ff5ef35470df835cc42f93a05d59d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |