SOLICITATION NOTICE
Z -- Little Goose Lock & Dam Trash Booms and Spillway Boat Barrie
- Notice Date
- 7/28/2016
- Notice Type
- Presolicitation
- 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-SS63
- Archive Date
- 7/28/2017
- 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
- The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction contract titled: Little Goose Lock & Dam Trash Booms and Spillway Boat Barrier. The work will be done at Little Goose Dam, (LGA) near Starbuck, 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 $35.6M. Magnitude of Construction is estimated to be between $1,000,000 and $5,000,000. 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 Thursday, August 4 2016. Summary of Scope of Work: This project combines two smaller projects. The first part is to restore the trash sheer boom to operation at the Little Goose Dam minimizing debris accumulation on the screen system and the maintenance effort required to remove debris from the forebay. Including, the replacement of the log boom, which is mostly submerged and does not provide effective debris control on the back side of the trash boom. The second portion is the installation of a Boat Barrier. The surface flow of the spillway weir at Little Goose Dam creates a significant hazard to boaters. The solution is to install a boat barrier to keep the public from accidentally entering the area upstream of the spillway weir. TRASH SHEAR BOOM 1. Replace the main longitudinal cable (structural strand) running the length of the trash shear boom with a structural wire rope. 2. Replace the timber shear face. 3. Replace or modify the attachment hardware for the new structural wire rope. 4. Replace the bird spikes on the trash shear boom. 5. Repaint the wetted surfaces of the floats with white topcoat using system no. 37, special coating for concrete. 6. Replace the supplemental flotation buoy and intermediate anchor rope saddle support. 7. Replace A-frame, tie-back lines, clump weights, wear pads and tether chains associated with the intermediate anchor float. Prevent the intermediate anchor rope from coming off the intermediate anchor rope saddle support and A-frame. 8. Extend the anchor post of the trash boom frame and roller frame assembly attached to the trash shear boom to a. Keep the counterweight above the water b. Prevent the counterweight wire rope from coming off the sheaves c. Prevent counterweight wire rope failure due to floating ice and debris. 9. Reconnect the intermediate anchor float to the intermediate anchor rope. 10. Restore the damaged concrete floats to their original geometry by repairing the concrete. 11. Place trash shear boom into operation. Prevent counterweight wire rope failure due to floating ice and debris SPILLWAY BOAT BARRIER Furnish material, provide equipment, and provide labor to install a boat barrier in the forebay in front of the spillway at Little Goose Dam. Installation will include setting anchors in the riverbed and placing cables to hold the boat barrier floats in position. Installation will need to be completed during the in-water work window, 15 Dec 2017- 1 Mar 2018. Contractor must have experience with installation of underwater anchorage systems and construction utilizing barge mounted cranes or other floating plant including multiple work boats. Contractor must exhibit a good safety record on previous projects working over and on water. The period of performance is 1 Nov 2017 to 1 Jun 2018. 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-SS63/listing.html)
- Place of Performance
- Address: Little Goose Dam, 1001 Little Goose Dam Rd., Dayton, Washington, 99328, United States
- Zip Code: 99328
- Zip Code: 99328
- Record
- SN04199572-W 20160730/160728234633-3fe3cc5da8463a5bd2c5a3ec924a7bca (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 |