SOURCES SOUGHT
Z -- McNary Spillway Gate Rehabilitation
- Notice Date
- 5/21/2021 12:13:34 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
- W912EF21RSS27
- Response Due
- 6/11/2021 1:00:00 PM
- Archive Date
- 06/26/2021
- 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, Walla Walla District is seeking sources for a construction project entitled: McNary Spillway Gate Rehabilitation.�The work is located at McNary Lock and Dam, Devore Road in Umatilla, Oregon.� The resulting contract will be a firm fixed-price construction contract.�The magnitude of construction is estimated to be between $500,000 and $1,000,000. 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 $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 three 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 item 1. 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 Friday, June 11, 2021.� Summary of Scope of Work: The scope of work for the contract includes the restoration of a single gate to its original operating condition, both the upper and lower halves of a Spillway Gate.� The overall dimensions of the Spillway Gate are: Width 52 feet - 9 �� inches, and height 51 feet - 9 �� inches (Upper Gate Leaf height 27 feet - 3 inches, Lower Gate Leaf height 24 feet - 6 �� inches).� The rehabilitation work shall focus on structural and mechanical components that have deteriorated over the years through usage.� The detail work shall consist of the following. Rehabilitation of Spillway Gate components: Rehab latching mechanism; Rehab dogging mechanisms and structures for smooth operation; Rebuilding gate wheels. Replacement of Spillway Gate components:� Structural Tee (ST) members, Painting areas adjacent to ST (note existing paint contains lead); Seals, seal bars and fasteners. Provide and Install: Access hole covers; Hanger bolts; New wearing surfaces assembly; Spillway Gate Testing: Dry and Wet. The Contractor shall have access to the McNary Spillway Gate Repair pit and Storage Pit for this work effort. �The Repair pit (North) contain the Lower Spillway Gate half and the Storage pit (South) contain the Upper Spillway Gate half.� The Contractor shall be required to provide the necessary equipment for accessing each Spillway Gate halves within its respective pit.�The Spillway Gate shall be place in the pits by the Government and removed from the pits, when ready, by the Government for Testing.�The Contractor shall be required to provide the Government with a two-week notice of gate placement into (to commence work) and out (for testing)of the Repair & Storage Pits. Contractor storage and staging area will be made available - North Shore McNary Lock & Dam footprint,� approximately 1/8 of a mile away from the pits across the Navigation Lock. �Additionally, a loading and unloading area (for equipment) will be made available just in front of the storage and staging area. 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.� 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 Resident Management System (RMS) � Contractor Mode to record, maintain, and submit various information throughout the contract period. RMS 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 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/90e4729791224e53b2e2934d795c10fd/view)
- Place of Performance
- Address: Umatilla, OR 97882, USA
- Zip Code: 97882
- Country: USA
- Zip Code: 97882
- Record
- SN06010281-F 20210523/210521230109 (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 |