Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2020 SAM #6699
SOURCES SOUGHT

99 -- Dworshak Regulating Outlet Valve Upgrade

Notice Date
3/31/2020 10:14:00 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20RSS26
 
Response Due
4/10/2020 2:00:00 PM
 
Archive Date
04/25/2020
 
Point of Contact
Karlyn K. Holland, Phone: 5095277206
 
E-Mail Address
Karlyn.K.Holland@usace.army.mil
(Karlyn.K.Holland@usace.army.mil)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Dworshak Regulating Outlet Valve Upgrade.� The work is located at Dworshak Dam near Ahsahka, Idaho.� This will be a firm-fixed-price construction contract.� Construction magnitude is estimated between $5,000,000 and $10,000,000 and 100% performance and payment bonds will be required.� The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $36,500,000. This sources-sought announcement is a tool to identify businesses with the technical experience and capability to accomplish the 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.� �Please do not respond to this notice unless you will be responding to the solicitation. 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 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, 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. � A reference list for each of the projects submitted in A) above.� Include the point of contact, title, current phone number and email address. 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.� � Provide a statement that your firm intends to submit an offer on the project when it is advertised. � Provide a statement of your firm�s bonding capacity. �A statement from your surety is NOT required. Cage Code and DUNS number. Submit this information to Karlyn Holland, Contract Specialist, via email to karlyn.k.holland@usace.army.mil. Your response to this notice must be received on or before 2:00 PM Pacific Time on April 10, 2020. Summary of Scope of Work: The US Army Corps of Engineers, Walla Walla District is seeking sources to manufacture, supply materials and install upgrades to the Regulating Outlet Valves at Dworshak Dam. Three regulating outlet intakes (RO) were placed in the dam during original construction. The upstream intake openings are 22 ft. tall by 16 ft. wide at the face of the dam. These bell mouth intakes taper, once inside the dam, to approximately 12.5 ft. tall by 9 ft. wide at the tainter gate valve (approximately 30 ft. inside the dam).� The work to be performed will include either refurbishment and/or upgrade of all three ROs.� Presently each RO valve has two hydraulic cylinders for operation. The main operating cylinder has a stroke of 15 feet which raises or lowers the valve. A hydraulic eccentric cylinder is used to unseat or seat the valve whenever the valve is moved. These hydraulic cylinders are provided high pressure oil from a hydraulic power unit located in the equipment room which is isolated from the RO valve room by a water tight door. Access is limited to the valve room via the watertight door and an airshaft from the valve room to the top of the dam. Position of the RO valve is provided by linkage to a position sensor. Replace the eccentric cylinder and the valve lifting cylinder with cylinders that incorporate rod locks to prevent un-intentional motion. Replace the existing RO position indication system with a magneto-restrictive indication system built into the valve lifting cylinder. Replace the valve 18 inch wall support bearings and 23 inch eccentric bearings along with appurtenant seals and fasteners. Replace the valves controls both locally at the valve shaft and within the control room. Replace the hydraulic power units for the valves along with grease lubrication system. The contractor will also be required to perform patching of concrete and crack sealing. 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. The contractor will be required to perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures.� Prior to commencing on-site work, the contractor will be required to complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control.� 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 forms of 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.� The estimated period of performance is July 2020 � December 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/376eebf2a8fc48d6b2c22e8c8126cd85/view)
 
Place of Performance
Address: Ahsahka, ID 83520, USA
Zip Code: 83520
Country: USA
 
Record
SN05606430-F 20200402/200331230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.