SOURCES SOUGHT
Z -- Little Goose JFF Standby Generator
- Notice Date
- 1/8/2015
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-15-R-SS14
- Response Due
- 1/20/2015
- Archive Date
- 3/9/2015
- Point of Contact
- Jani Long, 509-527-7209
- E-Mail Address
-
USACE District, Walla Walla
(jani.c.long@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled Little Goose JFF Standby Generator. The work will be done at Little Goose Lock and Dam Juvenile Fish Facility (JFF), Columbia County, Washington. This will be a firm-fixed-price construction contract. Construction magnitude is estimated between $100,000 and $250,000. 100% performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 238210 and the associated small business size standard is $15 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 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. A)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. B)A reference list for each of the projects submitted in #1 above. Include the name, title, current phone number and email address. C)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. D)Provide a statement that your firm intends to submit an offer on the project when it is advertised. E)Provide a statement of your firm's bonding capacity. F)Cage Code and DUNS number. Submit this information to Jani Long, Contract Specialist, via email to jani.c.long@usace.army.mil. Your response to this notice must be received on or before 12:00 PM on Tuesday, January 20, 2015. Summary of Scope of Work: The work consists of the following major elements: 1.Removal of existing 125 kW Standby generator and associated cable/conduit. Remove the existing generator and exhaust stack. The concrete pad will remain in place. Remove existing conduit and conductors from existing generator to the manual transfer switch. The removal of the existing generator must be after the new generator and conduit/cable have been installed to ensure reliable emergency power is available within 4 hours of disconnected the old generator from the transfer switch. Dispose generator, conduit and cables/conductors that are removed from the site. 2.Supply and installation of a new 150 kW Standby Diesel Generator Supply and install a new 150 kW standby generator on a new contractor poured concrete pad approximately 150 feet upstream from the JFF facility. Run new cables in new conduit properly anchored to the existing JFF fish bypass sub-structure to the existing manual transfer switch. The new generator must have an enclosure designed for outside use. The new generator must be manually started. The generator parameters are as follows: 480 volts, 3 phase, wye configuration, 150 kw with a 0.8 power factor. The generator must be rated to operate at an ambient temperature of 122 degrees F. 3.Operational tests of the new generator and associated electrical system. 4.Training on the Operations and Maintenance of the generator and associated electrical system. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage 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. Perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures. Prior to commencing on-site work, 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. 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 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 quote mark Construction Quality Management for Contractors quote mark 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 preconstruction plans, product data, test reports, and contract closeout documentation as required by the technical specifications of the contract. The government anticipates award by April 30, 2015 and requires the generator to be installed and operational 120 days after notice to proceed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-SS14/listing.html)
- Place of Performance
- Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN03611225-W 20150110/150108234410-26f3d650e52cf70964ff1604e4b5f8aa (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |