Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2024 SAM #8209
SOURCES SOUGHT

Z -- Northwest Division Powerhouse Life Safety Upgrades Phase 1

Notice Date
5/17/2024 10:42:38 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
W912EF24RSS23
 
Response Due
6/17/2024 2:00:00 PM
 
Archive Date
07/02/2024
 
Point of Contact
Chandra D. Crow, Phone: 5095277202, LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802
 
E-Mail Address
chandra.d.crow@usace.army.mil, leanne.r.walling@usace.army.mil
(chandra.d.crow@usace.army.mil, leanne.r.walling@usace.army.mil)
 
Description
The US Army Corps of Engineers Walla Walla District is seeking interested offerors for a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) to provide construction services to renovate and upgrade hydroelectric powerhouses located at large, remote civil works projects (see Summary Scope of Work below) in the Northwest Division. The MATOC work will primarily be geographically located throughout the Walla Walla District area of operations, with work concentrated at McNary, Ice Harbor, Lower Monumental, Little Goose, Lower Granite, (Washington and Oregon) and Dworshak (Orofino, Idaho). Work may include additional project locations within the Pacific Northwest covered by USACE Seattle and Portland Districts (Washington, Oregon, Idaho, and Montana). Our intent is to award up to four (4) IDIQ contracts. Task Orders will be firm-fixed price. The overall procurement value is expected to be $99 million for which contract capacity will be shared by the multiple IDIQ contracts (maximum of four), each expected to include a 36-month base period and two (2) 24-month option periods (exercised at the discretion of the Federal Government). The Government reserves the right to issue task orders up to $15,000,000. The Government reserves the right to issue additional solicitations and award additional contracts for same or similar work within the area covered by the awarded IDIQ contracts. The North American Industry Classification System (NAICS) code is 237990 Other Heavy and Civil Engineering Construction. This sources-sought announcement is being issued to identify small business concerns with the capability to accomplish the work. This is not a solicitation. Only those firms responding to this announcement by submitting the following information will be considered in determining whether to set aside this requirement. Responses to this Sources Sought Notice shall be limited to 10 pages and include the following information: Industry is asked to provide a response addressing the following questions:� 1. Will your firm participate in the solicitation of this consolidated requirement? 2. Do you see any negative impact to competition due to the consolidation of multiple sites, as indicated above, in the solicitation?� 3. What impediments, if any, may prevent your firm in submitting a bid if these seperate sites are consolidated in one solicitation?� Please also provide the following in your response: Provide a capability statement expressing interest in this requirement, a list of no more than five (5) current or completed projects within the last 10 years demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work below.� For each project submitted, provide a narrative statement of the scope of work involved, whether your firm was the prime contractor or subcontractor, the dollar value, the NAICS code associated with the project, location, 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 Chandra Crow, Contract Specialist, via email to Chandra.d.crow@usace.army.mil. Your response to this notice must be received on or before 2:00 PM Pacific Time on June 17, 2024. Summary Scope of Work The purpose of this IDIQ MATOC is to provide phase 1 construction services to renovate and upgrade life-safety systems at large hydroelectric powerhouses located at large, remote civil works projects. These powerhouses may range in size from 75,000 square feet to 420,000 square feet and from 5 stories to 11 stories. Task Orders will be issued as Design-Bid-Build projects. The work may consist of the following major industrial construction elements for installation and/or modification: Fire detection and mass notification alarm systems Wet pipe, fine water mist, and clean agent sprinkler fire suppression system(s) Smoke control system, including stair pressurization fans, smoke exhaust fans, motorized fire-smoke dampers, and complex logic and programming matrix digital controls HVAC direct digital controls Fabricated steel stairs and guardrails Architectural fire barrier walls, fire doors, safety glazing and finishes Firestopping Emergency and exit lighting systems Electrical power supply and distribution Precast concrete Low-slope roofing �Specific aspects of this project that may be especially challenging include: Robust industrial safety protocols with rigorous lockout tagout procedures Construction in a continuously operating industrial environment Proximity to high voltage equipment and transmission lines Multiple underground levels with limited access Fire alarm designers and installers must be NICET Level III or IV certified Work in ceilings up to 60 feet high � The project will involve the development and management of Contractor furnished submittals for items such as shop drawings, product data, commissioning plans, and contract close-out documentation as required by technical specifications of the task orders. Miscellaneous work within the project includes the delivery of Record Drawings. Placement of Task Orders. The actual amount of work to be performed and the time of such performance will be determined by a Contracting Officer who will issue written task orders. Prices will be requested and evaluated for each task order in accordance with FAR 16.505. The Government will evaluate price and past performance at a minimum but may include additional non-price factors.� Each RFP will state the method of selection and any additional non-price factors. Whenever possible, award will be made without discussions. If discussions are required, each contractor included in the competitive range will be requested to provide a final proposal revision, unless eliminated from discussions. 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 project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, contractor prepared shop drawings, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/082f55c5872c40ad86344666ae73f1ac/view)
 
Place of Performance
Address: Walla Walla, WA 99362, USA
Zip Code: 99362
Country: USA
 
Record
SN07068836-F 20240519/240517230050 (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.