SOLICITATION NOTICE
Z -- Little Goose Dam Pump Replacement
- Notice Date
- 7/23/2018
- 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
- W912EF18B0029
- Archive Date
- 9/21/2018
- 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
- Construction project: Little Goose Dam Pump Replacement The work described herein at Little Goose Dam Pump Replacement shall include but not be limited to the following: The work consists of the following major elements: Provide all plant, labor, equipment, materials and incidentals to supply and install two 350 HP, 4160V, 3 phase unwatering pumps and two 250 HP, 4160V, 3 phase drainage pumps at Little Goose Dam. Work will include replacing valves and discharge piping in addition to furnishing and installing 480V motor control centers (MCC) including new cabling, conduit, switchgear, and variable frequency drives as specified in the plans and specifications. The oil water separator work consists of concrete cutting and coring and of rounding concrete corners. Concrete cutting and coring will be through concrete 2' thick, including rectangular openings on the order of 3' by 1', and core drilling on the order of 6" dimeter or less. Install a system of weirs in the drainage tunnel, access hatches for the weirs and skimmer belt, piping in the drainage tunnel to collect and route leakage water to the north end of main unit 1, a belt skimmer located in the draft tube access gallery where it passes over the drainage tunnel with the skimmer belt dipping into the drainage tunnel, emergency closure gate at the skimmer belt hatch, decanter tank at the skimmer outlet, and oil collection tank to hold the oil recovered by the skimmer. A pump will be provided for pumping the collected oil into disposal containers and electrical controls and annunciation will be provided to control the operation of the skimmer. Overhead hoist system, 2 ton capacity, will be installed for equipment handling. The flow of water into the drainage tunnel cannot be stopped, therefore, the contractor will be responsible for care and diversion of water to maintain acceptable working conditions in the drainage tunnel during the construction period. Work will also involve the removal and reinstallation of an 18" gate valve. The contract requires completion of all work within finite work windows. Work must be coordinated to minimize the interruption to the drainage and unwatering systems as well as ancillary services within the powerhouse. 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. The Contractor will be responsible for performing diving operations in support on sump modifications and replacement of a drainage valve in the tailrace bay. All diving shall be in accordance with the latest edition of the US Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1, Section 30: DIVING OPERATIONS in accordance with Clause ACCIDENT PREVENTION (52.236-13), Walla Walla District's Safety Manual NWW OM 385-1-1 (Appendix I), and elements of the following references: 29 CFR 1910, Subpart T and the latest edition of NAVSEA SS521-AG-PRO-010 U.S. Navy Diving Manual, Volume 1 inclusive of all other references listed therein. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Solicitation is set-aside for small business concerns. Solicitation Number W912EF18B0029 will be posted to the FedBizOpps (FBO) website on or about 10 August 2018. The bid opening date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 weeks after the solicitation is posted. Refer to the solicitation for details regarding the site visit. Place of Performance is the Little Goose Powerhouse located near Dayton, Washington, Columbia County. This will be a firm fixed-price construction contract. Magnitude of Construction is estimated between $5,000,000 and $10,000,000. A bid bond is required in the amount of 20 percent of the total bid price. Performance and Payment bonds in the amount of 100 percent of the total contract price are required. Competition is set-aside for small businesses and the North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $36.5 million. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It does not necessarily reflect the actual bid opening date. The bid opening date will be contained in the solicitation and any solicitation amendments that may be issued. When available, the solicitation documents for this project will be available via FedBizOpps.gov 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 a bidder's inability to access the document 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 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 he/she was legally admitted into the United States and has 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 Julie.M.Morris@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/W912EF18B0029/listing.html)
- Record
- SN05002875-W 20180725/180723230948-7f9d2f52ee44f1f35877e1a28d7103ca (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 |