Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2009 FBO #2699
SOURCES SOUGHT

Z -- Lower Monumental Navigation Lock Interim Wall Stabilization and Culvert Cavitation Repair

Notice Date
4/15/2009
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
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-SS22
 
Response Due
4/27/2009
 
Archive Date
6/26/2009
 
Point of Contact
Jani Long, 509-527-7209<br />
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking either HUBZone or Service-Disabled Veteran-Owned small business sources for a construction project entitled, Lower Monumental Navigation Lock Interim Wall Stabilization and Culvert Cavitation Repair. This will be a firm-fixed-price contract. Construction magnitude is between $500,000 and $1,000,000. A bid bond of 20% or $3,000,000, whichever is less, will be required. 100% Performance and payment bonds will be required. The wall stabilization will consist of core drilling, installing rock anchors and drain holes in the interior navigation lock wall, removing large portions of concrete from the face of the wall using barge mounted equipment, capturing and disposing 100% of the debris from the concrete excavation, and installing crack meters and associated conduit and wiring. In the fill and drain culverts, repairs will consist of saw cutting and concrete excavation, scaling loose aggregate, installing anchor bolts, installing either steel or composite mesh, and applying shotcrete or various other admixtures to the wall. The period of performance for the contract is approximately 6 months. The period of performance for onsite work is dependent upon the navigation lock outage that is generally between 14 and 21 calendar days. Site preparation outside of the navigation lock may start anytime after award, but any work inside the navigation lock can only occur during this outage period. To accomplish this work within the navigation lock outage, it may be necessary for the contractor to work 24 hours each day of the outage. Full time Site Safety and Health Officers (SSHO) shall be provided at the work site for each shift to perform safety and occupational health management, surveillance, inspections, and safety enforcement for the Contractor. The SSHOs can not have any other duties even though the QC has safety inspection responsibilities as part of the QC duties. The SSHOs shall have a minimum of two (2) years safety work on similar projects that involve complex crane lifts with multiple cranes, a 30-hour OSHA construction safety class or equivalent within last 3 years, and fall protection Competent Person Training. 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 that consists 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, at http://www.usace.army.mil/CESO/Pages/EM385-1-1,2008NEW!.aspx located at US Army Corps of Engineers homepage. This sources-sought announcement is a tool to identify HUBZone or Service-Disabled Veteran-Owned small business concerns with the capability to accomplish the work. Only firms who respond to this announcement by submitting a statement of their current or past technical experience (what the firm has done) and current or past performance(how well the firm did it) similar to or the same as the requirements stated above, will be used in the determination whether to set aside this requirement for small business. Including bonding capacity and a statement indicating whether your business is a HubZone small business, or Service Disable Veteran Owned small business concern 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 April 27, 2009.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=adb8c7457cdb6ba3eec9fdc930f8c78e&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 />
 
Record
SN01793839-W 20090417/090415224057-adb8c7457cdb6ba3eec9fdc930f8c78e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.