Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 05, 2018 FBO #6160
SOURCES SOUGHT

Z -- LGA Fish Ladder Joint Sealant Repair

Notice Date
10/3/2018
 
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
W912EF19RSS03
 
Archive Date
10/26/2018
 
Point of Contact
LeAnne R. Walling, Phone: 5095277230
 
E-Mail Address
leanne.r.walling@usace.army.mil
(leanne.r.walling@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Little Goose Lock and Dam Fish Ladder Joint Sealant Repair Sources Sought Notice: W912EF19RSS03 The US Army Corps of Engineers, Walla Walla District is seeking interested bidders for a construction contract titled: Little Goose Lock and Dam Fish Ladder Joint Sealant Repair. The construction will be at the South Side of Little Goose Lock and Dam, Columbia County, Dayton, Washington. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $25,000 and $100,000. A Payment bond or an irrevocable letter of credit will be required. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $36,500,000. This sources-sought announcement is a tool to identify interested businesses with the technical experience and capability to accomplish this work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. A.) Provide A capability statement expressing interest in this requirement, a list of no more than five current or past projects demonstrating technical experience with work of a similar and/or relevant nature to that listed in the Summary of Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, 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 list of references for each of the projects submitted in A.) above. Include the point of contact, title, phone number and email address. 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 leanne.r.walling@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 10:00 AM Pacific Time on October 11, 2018. Summary of Scope of Work: This project consists of replacing five (5) existing fish ladder expansion joint seals located inside the fish ladder on the south side of Little Goose Lock and Dam. Seals consist of two layers of neoprene rubber sponge cord topped with a layer of sealant conforming to ASTM C920. The resealing of the five (5) fish ladder expansion joints effort involves the removal and disposal of the existing joint debris and prep joint for sealant. The out-of-service window begins 7 January 2019. However, pre-work can begin after notice to proceed is given. Solicitation estimated to be posted mid-October 2018. Award estimated to be mid-November 2018. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage 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, 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 is required for 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 safety training from accredited safety training sources each year for the past 5 years. Establish and manage 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 is 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. 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 capable of operating on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor at time of notice to proceed. The project involves 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, O&M Manuals, and Contractor- Prepared Shop Drawings to the customer. Contracting Office Address: Attn: CENWW-CT / 201 North 3rd Avenue / Walla Walla, Washington 99362-1876 Place of Performance: USACE - Little Goose Lock and Dam /1001 Little Goose Dam Rd / Dayton WA / 99328 Primary Point of Contact: LeAnne Walling / Contract Specialist /leanne.r.walling@usace.army.mil / Phone: 509-527-7230
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF19RSS03/listing.html)
 
Place of Performance
Address: 1001 Little Goose Dam Rd, Dayton, Washington, 99328, United States
Zip Code: 99328
 
Record
SN05113942-W 20181005/181003230537-d70fcea420e13d33e83df89c437629fe (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.