Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2015 FBO #5151
SOLICITATION NOTICE

Z -- Little Goose Lock and Dam Miter Gate Repairs

Notice Date
12/29/2015
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-16-R-0017
 
Archive Date
1/28/2016
 
Point of Contact
Kent Bernard, Phone: 5095277205
 
E-Mail Address
kent.r.bernard@usace.army.mil
(kent.r.bernard@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Construction Project: Little Goose Navigation Lock Downstream Miter Gate. The work will be performed at Little Goose Lock and Dam located in Whitman County and Columbia County, Washington. This will be a firm fixed-price construction contract. Construction magnitude is estimated to be between $1,000,000.00 and $5,000,000.00. Performance and payment bonds in the amount of 100 percent of the contract price are required. A bid bond is required in the amount of 20 percent of the total bid price. This project is open to both large and small business concerns. The North American Industry Classification System (NAICS) code for this work is 237990. The small business size standard is $36.5 million in average annual receipts. This is a pre solicitation and the solicitation is anticipated to be posted in 15 days. Summary of Scope of Work: The work consists of the following major elements: Miter Gate Pintle Repairs - The contractor will be replacing the cast steel pintle heels with new Government Furnished Property (GFP) pintle heels and new GFP pintle balls. In addition to replacing the pintle heels and balls, the contract will require demolition of existing cracked structural steel members that support the pintle heel and gate. Areas that are demolished will require fabrication and welding of new structural members to support the pintle heel and gate. Structural welding of new steel in the pintle areas will require welders and weld inspectors to be certified as described in the summary of work below for "Crack Repair on Structural Members of Downstream Miter Gate". Miter Gate Gudgeon Repairs - Procedures include replacing the gudgeon linkage assemblies that connect each gate leaf to their respective gudgeon anchor frames. New gudgeon linkage assemblies have already been procured by the Government and will be furnished as GFP. The anchor frames are embedded in concrete and will not be replaced. The gudgeon and pintle repair work will require experience with jacking and shoring support of large structures. Each miter gate leaf weighs approximately 400 tons. The miter gate leaves will be required to be jacked, moved and supported in order to remove and replace the pintle heels, pintle balls, and gudgeon linkage assemblies. The Contractor will be responsible for developing a jacking, moving, and shoring plan with drawings and calculations to be performed by a registered professional engineer. Crack Repair on Structural Members of Downstream Miter Gate -- The Contractor shall perform various forms of crack repair to include stop-drilling, bolted plate repairs, partial penetration welds, and complex complete joint penetration welds. Weld repairs will be performed on non-fracture critical members and fracture critical members. Welding shall conform to American Welding Society (AWS) D1.5 and welders shall be qualified in accordance with AWS D1.5. The Contractor will be responsible for submitting welding procedures for each weld to be made. Welding repairs will require the Contractor to have experience with and equipment for preheating and interpass temperature control. The contract will require full time services of Certified Welding Inspectors certified in accordance with AWS QC1 during all on-site welding activities. Repaint Structural Members of Downstream Miter Gate -- Upon completion of all crack repairs, the Contractor will be required to prepare and paint all repaired areas with Vinyl Paint System 4. The Vinyl Paint System 4 consists of five coats of alternating white and gray formula V-766e double-spray coats. Surface preparation for the Vinyl Paint System will require white metal blast in accordance with SSPC SP 5. Quoin and Miter Block Replacement -- The contract will require replacement of the quoin and miter bearing blocks for the bottom 22 feet (approx.) of the gate. This work will consist of fabrication and installation of new bearing blocks including new adjustment screws and hardware, as well as epoxy backing filler material. Existing filler materials will have to be removed or ground to a smooth surface prior to installing new bearing and miter blocks. Install New Safety Railing & Cover Plates - The contract will require fabrication and installation of new safety railing around the top perimeter of each gate leaf. The contract will also require some concrete removal, demolition of old safety railing, and installation of new railing and concrete repair at the edges of the gudgeon anchor recesses. New safety railings will be fabricated from welded steel pipe and painted upon completion. Painting of handrail and other non-immersed will be in accordance with Unified Facility Guide Specification (UFGS) 09 97 02 paint system 23-C-Z. The contract will require fabrication and installation of new diamond plate aluminum cover plates over large access holes in several of the main structural members. The cover plates will be welded aluminum and will replace existing rotted wood cover plates. Install New Fender Materials - The contract will require removal of existing and replacement of the timber fender systems on each gate leaf. The contractor will be required to provide all fasteners and hardware necessary to complete this work. The contract requires completion of all work at the navigation lock within a finite work window of approximately 100 calendar days. Work must be completed within the specified work window in order to return the navigation lock to service in accordance with a coordinated Columbia/Snake River navigation system outage plan. The Contractor must be able to staff (supervision and labor) and provide on-site physical plant to support multiple daily work shifts to meet the requirements of the aggressive construction schedule constraints. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of five years experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last five years, and shall have completed at least 24-hours of formal safety training each year for the past five years. A qualified Fall Protection Competent Person shall be provided by the Contractor for each shift of the contractor's on-site operations that involves work that exposes workers to fall hazards. The Contractor will furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. The Contractor will be responsible for various equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of five years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled "Construction Quality Management for Contractors" within the last five years. The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of As-Built Drawings to the USACE prior to final payment and final contract closeout. Important Note: The FBO response date listed elsewhere in this synopsis is for the FedBizOpps archive purposes only. It has no relationship to the actual bid opening date. The bid opening date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via FedBizOpps.gov or https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Bidders are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately four (4) weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Kent.R.Bernard@usace.army.mil and Jani.C.Long@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-R-0017/listing.html)
 
Place of Performance
Address: Little Goose Lock and Dam, Dayton, Washington, 99328, United States
Zip Code: 99328
 
Record
SN03979208-W 20151231/151229233911-9c91defaca83a8a7817f56966033264b (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.