Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2015 FBO #5112
SOURCES SOUGHT

Z -- McNary Levee Drainage Pump Station - Roof and Roof Hatches

Notice Date
11/20/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-16-B-0004
 
Archive Date
11/20/2016
 
Point of Contact
Cristina A Vega, Phone: 5095277231
 
E-Mail Address
cristina.a.vega@usace.army.mil
(cristina.a.vega@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
McNary Levee Drainage Pump Stations - Roof and Roof Hatches Sources Sought Notice: The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction contract titled: McNary Levee Drainage Pump Stations - Roof and Roof Hatches. The work will be done at several pumping stations on the levee system upstream of McNary Dam (Umatilla County, Oregon). This will be a firm-fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 236220 Commercial and Institutional Building Construction and the associated small business size standard is $36.5M. Magnitude of Construction is estimated to be between $500,000.00 and $1,000,000.00. This sources-sought announcement is a tool to identify businesses with the capability and technical experience 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.)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 A) 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. A statement from your surety is NOT required. F.)Cage Code and DUNS number. Submit this information to cristina.a.vega@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 4:00 PM Pacific Daylight Time on Tuesday, December 1, 2015. Summary of Scope of Work: The work described herein involves the replacement of roofing materials at the following 11 McNary Levee Drainage Pump stations, the addition of equipment roof hatches at six (6) of the 11 pump stations and masonry work at pump station 2C. Background: This upgrade project is for 11 of the McNary Levee Drainage Pumping Station plants located in Tri-Cities, Washington. The levee drainage pumping plants are located in Finley, Kennewick, Pasco, and Richland, WA. These drainage pumping plants are used to remove drain and storm water from the culverts and ditches located along these levees. These pumping plants utilize pumps to pump water from their wet wells, received by ditches and ponds, to the Columbia River to avoid pooling up of water and flooding of local businesses and homes in Finley, Kennewick, Pasco, and Richland. Summary of Work: This project will include cleaning off the old roof (rocks, dirt), demolishing old roofing material, installing new roofing materials, providing new roof equipment hatches, modifications to the roof structure to allow for roof equipment hatch installation and relocating interior electrical lighting for those plant with new roof hatches. This effort is to make pumps and motors more accessible, and other repairs easier, safer, and more efficient. The following are needed at each station: Drainage Pump Station 2C (Richland, WA) •Replace existing roll-up metal service door •Repair Brick masonry (Fix crack in the building structure and repair deteriorated parapet walls) •Replace existing Built-Up-Roofing (BUR) with new Polymethyl Methacrylate (PMMA) roofing and tapered insulation Drainage Pump Station 4A (Richland, WA) •Structurally modify steel and concrete roof deck to support new roof equipment hatches •Fabricate custom roof equipment hatches with air vents and install above each pump •Replace existing BUR with new PMMA roofing •Replace ceiling electrical lighting to surface-wall mounted conduit and electrical lighting Pumping Station 12-1 (Pasco, WA) •Structurally modify steel and concrete roof deck to support new roof equipment hatches •Fabricate custom roof equipment hatches with air vents and install above each pump •Replace existing BUR with new PMMA roofing •Replace ceiling electrical lighting to surface-wall mounted conduit and electrical lighting Pumping Station 12-1A (Pasco, WA) •Replace existing Fluid-Applied Roofing with new PMMA roofing Pumping Station 12-2 (Pasco, WA) •Replace existing Polyurethane Foam (PUF) Roofing with new PMMA roofing Pumping Station 5D (Kennewick, WA) •Structurally modify steel and concrete roof deck to support new roof equipment hatches •Fabricate custom roof equipment hatches with air vents and install above each pump •Replace existing BUR with new PMMA roofing •Replace ceiling electrical lighting to surface-wall mounted conduit and electrical lighting Pumping Station 6B (Kennewick, WA) •Fabricate custom roof equipment hatches and install above each pump •Replace existing BUR with new PMMA roofing Pumping Station 15-C (Finley, WA) •Structurally modify steel and concrete roof deck to support new roof equipment hatches •Fabricate custom roof equipment hatches with air vents and install above each pump •Replace existing BUR with new PMMA roofing •Replace ceiling electrical lighting to surface-wall mounted conduit and electrical lighting Pumping Station 15-D (Finley, WA) •Replace existing PUF Roofing with new PMMA roofing Pumping Station 15-E (Finley, WA) •Structurally modify steel and concrete roof deck to support new roof equipment hatches •Fabricate custom roof equipment hatches with air vents and install above each pump •Replace existing BUR with new PMMA roofing •Replace ceiling electrical lighting to surface-wall mounted conduit and electrical lighting Pumping Station 15-E1 (Finley, WA) •Replace existing BUR with new PMMA roofing •Fabricate custom roof equipment hatches with air vents and install above each pump The contractor's team must have roofing/masonry/electrical/equipment hatch installation experience, labors, and a physical means of accessing the roof of the pump stations. 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, 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. PROJECT SUPERINTENDENT At all times during performance of this contract and until the work is completed and accepted, the Contractor shall assign and have on the worksite a competent superintendent as per FAR Clause 52.236-6 "Superintendence by the Contractor". A Site Safety and Health Officer (SSHO) employed by the prime contractor is required for 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 safety training from accredited safety training sources each year for the past 5 years. The Site Safety and Health Officer (SSHO) may be assigned as the fall protection competent person. Provide a qualified Fall Protection Competent Person for the contractor's on-site operations that involves work that exposes workers to fall hazards. The Fall Protection Competent Person shall possess a minimum 2-years supervisory experience overseeing the use of fall protection equipment and systems. Within the last two (2) years, they must have successfully completed at least one fall protection competent training course that includes both classroom instruction and hands-on practical training. Furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. Furnish construction 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 Program 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 and have complete authority and responsibility to take any action necessary to ensure contract compliance. The CQC System Manager shall be assigned no other duties. 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 project involves 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 As-Built Drawings.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-B-0004/listing.html)
 
Place of Performance
Address: Various locations as stated, Washington, United States
 
Record
SN03951339-W 20151122/151120234150-14b348f2540b34a2d5571ee75b48c384 (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 |
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.