Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2023 SAM #7827
SOURCES SOUGHT

Z -- Port of Benton Barge Slip Upgrades

Notice Date
5/1/2023 2:55:57 PM
 
Notice Type
Sources Sought
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF23RSS17
 
Response Due
5/15/2023 2:00:00 PM
 
Point of Contact
Nathan Bruce, Phone: 5095277224
 
E-Mail Address
Nathan.I.Bruce@usace.army.mil
(Nathan.I.Bruce@usace.army.mil)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Port of Benton Barge Slip Upgrades. The work is located at the Port of Benton Industrial Park in Richland, WA.� This will be a firm-fixed-price construction contract. The magnitude of construction is estimated to be between $250,000 and $500,000. The North American Industry Classification System (NAICS) code for this project is 238110 and the associated small business size standard is $19,000,000.� 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 who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement.� A list of 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 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 UEI number. Option:� Provide feedback on long lead time items for mechanical or electrical equipment that have been encountered on similar projects. Submit this information to Nathan Bruce, Contract Specialist, via email to: nathan.i.bruce@usace.army.mil. Your response to this notice must be received on or before 2:00 PM on May 15, 2023. Summary of Scope of Work The barge slip is used for the transport onto land of decommissioned nuclear packages, also called Reactor Compartment Disposal (RCD) packages. During the transport process, the barge slip experiences extremely high loads � on the order of 1,600 tons. Previous work to improve the condition of the slip included the redesign of the concrete sill cap beam and strengthening of the soil using post-tensioned anchors. These anchors are capped with what will be referred to as the soil anchor slab. Occasionally the slip and surrounding features becomes submerged during spring runoff. Overtopping of the north jetty causes scouring, mooring block settling, higher frequency maintenance of the slip bottom, and the need for additional material to be brought in each season. Repairs are required that exceed typical operation and maintenance of the slip. Work will involve concrete repairs to the existing facility. Concrete repairs will be patching multiple small spalls in the existing concrete. The volume of the concrete for the repairs will total less than one cubic yard of concrete. Patching the spalls will require removing damaged concrete around the existing reinforcement without damaging the reinforcement and cleaning up the concrete areas around the spalls. Removal of the concrete may include saw cutting, chipping, and grinding. Replacing the concrete will require the installation of reinforcing dowels and concrete anchors, and forms.� Work will be near the water but not in the water. Access for the repairs may require the use of a small workboat. A containment plan will be required for ensuring no concrete is allowed to get into the river water. Work will be completed within a work window between November 1, 2023, and April 1, 2024. Requirements 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. This contract will require the Contractor to furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. 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 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. Miscellaneous work within the project includes the delivery of Record Drawings to the customer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7bdbbf45a7fa44f089ce1505a11b4210/view)
 
Place of Performance
Address: Richland, WA 99354, USA
Zip Code: 99354
Country: USA
 
Record
SN06667948-F 20230503/230501230115 (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.