SOURCES SOUGHT
Y -- Ice Harbor Trolley Pipe and Fish Release Pipe Fabrication and Installation
- Notice Date
- 4/27/2016
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering 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-R-SS46
- Archive Date
- 5/10/2017
- Point of Contact
- Cristina A Vega, Phone: 5095277231, Jani C Long, Phone: 509-527-7209
- E-Mail Address
-
cristina.a.vega@usace.army.mil, jani.c.long@usace.army.mil
(cristina.a.vega@usace.army.mil, jani.c.long@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction contract titled: Ice Harbor Dam Trolley Pipes. The work will be done at Ice Harbor, (HLD) in Pasco, WA. This will be a firm-fixed-price construction contract. 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 $36.5M. Magnitude of Construction is estimated to be between $250,000 and $500,000. 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 2:00 PM Pacific Daylight Time on Tuesday, May 10, 2016. Summary of Scope of Work: Fabricate and install nine trolley pipes and two fish release pipes from the tailrace deck of Ice Harbor Dam. The trolley pipes are 4-inch diameter steel pipes with a slot cut in the side from top to bottom. They are used to deploy fish detection equipment into the water from the deck of the dam. The pipes are approximately 70 feet long and extend from the tailrace deck below the powerhouse into the water. Six pipes will be attached to the downstream face of the dam, mounted to the pier dividing the two draft tubes of each turbine unit. Three pipes will be deployed near the fish pump intakes along the south shore just downstream of the dam. The bottom of the pipes will be approximately 50 feet below the water surface. The fish release pipes are similar, although they do not have a vertical slot in the side and must be smooth on the inside so as not to injure fish that are passing through them. The contractor's team must have crane, metal fabrication, underwater work (diving) and fall protection experience. The period of performance is 120 days not to exceed 28 February 2017. 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 8 hours of safety training each year for the past 5 years. The Site Safety and Health Officer (SSHO) may be assigned as the fall protection competent person. Also, the Superintendent may be assigned as the Site Safety and Health Officer (SSHO). 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-R-SS46/listing.html)
- Place of Performance
- Address: Ice Harbor Dame, 2763 Monument Dr., Burbank, Washington, 99323, United States
- Zip Code: 99323
- Zip Code: 99323
- Record
- SN04096674-W 20160429/160427234156-c89a3758a4f57c11d7644e5d8de41468 (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 |