Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2018 FBO #5945
SOURCES SOUGHT

Z -- Lower Granite Miter Gate Pintle Repair

Notice Date
3/2/2018
 
Notice Type
Sources Sought
 
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
W912EF18RSS21
 
Archive Date
3/26/2018
 
Point of Contact
Cynthia Jacobsen, Phone: 509-527-7203
 
E-Mail Address
cynthia.h.jacobsen@usace.army.mil
(cynthia.h.jacobsen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project titled: Lower Granite Miter Gate Pintle Repair. The work is located at the Lower Granite Navigation Lock in Whitman County, Washington. This will be a firm-fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $36.5 MIL in annual receipts. This is not a solicitation. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please only respond if you intend to submit a proposal when the solicitation is posted. A)A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, performance period, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B)A reference list for each of the projects submitted in A) above. Include the name, title, phone number and email address for each reference. C)Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. D)Provide a statement that your firm intends to submit an offer on the project when it is advertised. E)Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F)Cage Code and DUNS number. Submit this information to Cynthia Jacobsen, Contract Specialist, via email to cynthia.h.jacobsen@usace.army.mil. Your response to this notice must be received on or before 2:00PM on 23 March 2018. Summary of Scope of Work: The work consists of the following major elements: The Lower Granite Navigation Lock Downstream Gate is a two-leaf arched miter gate. Each leaf is approximately 106 feet tall by 53 feet wide and weighs approximately 800,000 lbs. The Lower Granite navigation lock, including the downstream gate, was placed in service in 1975. Miter Gate Pintle Repairs - Procedures include repairing the cast steel pintle heel and drilling new grease ports in the pintle. Grease lines will also be replaced for the greasing system, requiring access for the entire nav lock wall. The pintle ball removal will require experience removing mechanical components in difficult access areas, to include rotation 90 degrees of the pintle ball, installation of new grease ports, and inspection of the heel bushing. 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 south miter gate leaf will be required to be jacked, and supported in order to remove and repair the pintle heel, pintle ball, and gudgeon linkage assemblies. The Contractor will be responsible for developing a jacking and shoring plan with drawings and calculations to be performed by a registered professional engineer. The contract requires completion of all work at the navigation lock within a compressed and finite work window. 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 5-years experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-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. This contract will require the Contractor to 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 5-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 5-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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18RSS21/listing.html)
 
Place of Performance
Address: 885 Almota Ferry Rd., Pomeroy, Washington, 99347, United States
Zip Code: 99347
 
Record
SN04841096-W 20180304/180302231255-84191ac6689898cea83240d04b2ea105 (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.