MODIFICATION
39 -- Lower Granite North Shore Fishway Entrance 1 & 2 Weir Gate Hoist Replacement - Solicitation 1
- Notice Date
- 5/3/2018
- Notice Type
- Modification/Amendment
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- 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
- W912EF18R0001
- Response Due
- 6/5/2018 4:00:00 PM
- Point of Contact
- Hillary A. Morgan, Phone: 5095277214
- E-Mail Address
-
hillary.a.morgan@usace.army.mil
(hillary.a.morgan@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Drawing Set W912EF18R0001 Solicitation W912EF18R0001 Supply with Construction Installation Contract: Lower Granite North Shore Fishway Entrance 1 & 2 Weir Gate Hoist Replacement The work described herein involves the replacement of two Fishway Entrance Weir gate hoists (dual cable lift) at the Lower Granite Lock and Dam. The contract selection process will be conducted as a best value trade-off, as defined in FAR 15.101-2. The resulting contract will be a firm-fixed price supply with construction installation contract that will include sustainability requirements. 100% performance and payment bonds will be required for the installation/construction elements of the contract. The North American Industry Classification System (NAICS) code for this work is 333923 Overhead Traveling Crane, Hoist and Monorail System Manufacturing and the associated small business size standard is 1,250 employees. Competition for this solicitation is set-aside for small business concerns. Solicitation number W912EF18R0001 will be posted to the Federal Business Opportunities (FBO) website on or about 26 April 2018. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. The purpose of this project is to replace 2 Fishway Entrance Weir gate hoists (dual cable lift) located at the north shore fishway weir entrances at Lower Granite Dam, adjacent to the navigation lock. The intent is to provide automatic adjustment of the weir gate elevations. This contract will also include modifying existing electrical system to work with recently upgraded fishway control system. The electrical cabinet that is exposed to the weather and spill located near the weir gate hoists will be upgraded to a more robust weather resistant enclosure. Provide on-site customer operations and maintenance training by authorized representatives of the new equipment manufacturers. Place of Performance is at the Lower Granite Lock and Dam located near the town of Pomeroy, Washington, within Whitman County, Washington. A site visit will be offered approximately 2 weeks after the solicitation is posted. Refer to the solicitation for details regarding the site visit. 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 required 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. 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 of 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. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will required 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 Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. Important Note: The FBO response date listed elsewhere in this synopsis is for the FedBizOpps archive purposes only. It has no relationship to the actualproposal submission date. The proposal submission 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 a minimum of 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 Hillary.A.Morgan@usace.army.mil and Phyllis.L.Buerstatte@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/W912EF18R0001/listing.html)
- Record
- SN04909348-W 20180505/180503230619-c0a950c696d31d86e03e3fdedccb7b4d (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 |