Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2020 SAM #6761
SOURCES SOUGHT

Z -- Mill Creek Low Flow Radial Arm Gate Repair

Notice Date
6/1/2020 5:15:55 PM
 
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
W912EF20RSS36
 
Response Due
6/15/2020 4:00:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
David Boone, Phone: 5095277227
 
E-Mail Address
david.c.boone@usace.army.mil
(david.c.boone@usace.army.mil)
 
Description
The US Army Corps of Engineers (USACE), Walla Walla District is seeking sources for a construction project entitled: Mill Creek Low Flow Radial Arm Gate Repair.� The work is located at the U.S. Army Corps of Engineers Mill Creek Project in Walla Walla, Washington.� The resulting contract will be a firm fixed-price construction contract.� The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering Construction. The associated small business size standard is $39.5 million.� This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work.� This is not a solicitation.� Only those firms that respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement.� A list of no more than five current projects at least 50% physically complete 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. A reference list for each of the projects submitted in A) above.� Include the name, title, phone number and email address for each reference. 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 David Boone, Contract Specialist, via email to david.c.boone@usace.army.mil. �Your response to this notice must be received on or before 4:00 pm Pacific Time on Monday, June 15, 2020.� Summary of Scope of Work: Work includes concrete excavation, self-regulating electric heating cable installation in hollow J-bulb seals, concrete repair, abrasive blasting of existing hydraulic steel structure, collection and disposal of paint with red lead primer, coating of hydraulic steel structure using zinc rich primer and vinyl paint, removal of existing shrink fit bronze bushing in grease lubricated bearing, shrink fit self-lubricated bearing bushing. A significant portion of the work will include fabrication and installation of a radial gate control panel which will include a PLC control system. The control system will sense forebay water level and modulate radial gate position to control the water level. Controls will include an ultrasonic level transmitter, gate position encoder, multiple travel limit switches and a control displays.� The control panel shall be constructed to UL 508 standards. 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 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 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 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/625227d74a72441087f7b2915ad1a49d/view)
 
Place of Performance
Address: Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN05676416-F 20200603/200601230149 (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.