SOLICITATION NOTICE
Z -- Dworshak Monolith Joint Repairs
- Notice Date
- 10/3/2017
- 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
- W912EF18R0002
- Archive Date
- 12/22/2017
- Point of Contact
- Cynthia Jacobsen, Phone: 509-527-7203
- E-Mail Address
-
cynthia.h.jacobsen@usace.army.mil
(cynthia.h.jacobsen@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS: Construction Project: Dworshak Monolith Joint Repairs The contract selection process will be conducted as a best value trade-off, as defined in FAR 15.101-1. The resulting contract will be a firm fixed-price construction contract. 100% Performance and payment bonds will be required. Estimated construction magnitude is between $1,000,000 and $5,000,000. Competition for this solicitation is set-aside for small business concerns. Solicitation number W912EF18R0002 will be posted to the Federal Business Opportunities (FBO) website on or about 31 October 2017. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. DESCRIPTION OF WORK: Dworshak Dam is located in central Idaho on the North Fork of the Clearwater River at 1.9 miles above the confluence with the Clearwater River. The dam is a straight axis concrete gravity dam with a maximum height of 717 ft. It is the third tallest dam in the United States. It was constructed between 1966 and 1972. Dworshak project has authorized purposes of hydropower and flood risk reduction. Normal outflows are made through three regulating outlet conduits that discharge into the spillway chute or through the three powerhouse turbines. Additional releases are made through the spillway, which is controlled by two Tainter gates. At Dworshak Dam excessive leakage is occurring at the monolith 16/17 joint drain and the monolith 37/38 joint drain. Excessive flows from these two drains have been an ongoing problem and flows are increasing. The amount of flow and consistent increase in flow indicates that erosion of the foundation or concrete is occurring. While there is not an eminent threat, this does present a dam safety concern. Repair is necessary before the problem becomes worse. Additionally, repair will decrease long-term pumping and maintenance costs and allow for better monitoring of flows in the dam. Repair work will consist of two major tasks: (1) grouting in the monolith joints and foundation rock to stop the leakage; and (2) reestablishing any foundation drains that become grouted closed. The grouting will attempt to stop the leakage by sealing within the monolith joint and intersecting rock fractures that are causing the flow. Some of the foundation drains may be grouted closed during the work requiring reestablishment. A site visit will be offered approximately 2 weeks after the solicitation is posted. The site-visit is HIGHLY recommended if a proposal is intended. Refer to the solicitation for details. Only ONE site visit will be offered. 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 OSHA and State Regulations, EM 385-1-1, and ASSE/SAFE Z359. 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 Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will required 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, "Construction Quality Management for Contractors, 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 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. Request for Proposal W912EF18R0002 will be posted to the FedBizOpps (FBO) website approximately around late October 2017. Proposals will be due no sooner than 30 calendar days after the solicitation is issued. See solicitation for details about proposal requirements. When issued, the solicitation documents for this project will be available at https://www.fbo.gov. Important Note: The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual bid opening date. The bid opening date and time will be contained in the solicitation and any solicitation amendments that are issued. No CDs or hard copies will be available by the Government. Downloads are available only through the FBO website. Bidders are responsible for checking the FBO website frequently for any update(s) to the notice. The Government is not responsible for any loss of internet connectivity or for a bidder's inability to access the document posted on the referenced website. To obtain automatic notifications of updates to this solicitation, you must log in to www.fbo.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation. Access for Foreign Nationals. It takes 4-5 weeks to obtain clearance for foreign nationals to enter the project site. If your company wishes to have a foreign national participate in the site visit for this project, you are strongly encouraged to submit the required identification immediately. To request clearance for foreign nationals, submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph 9INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to cynthia.h.jacobsen@usace.army.mil and jani.c.long@usace.armymil. Foreign nationals must have received clearance prior to being granted access to the project site.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18R0002/listing.html)
- Place of Performance
- Address: Dworshak Dam, Ahsahka, Idaho, 83520, United States
- Zip Code: 83520
- Zip Code: 83520
- Record
- SN04703821-W 20171005/171003231030-92f63fa107649e3e4de65c1024d19e7b (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 |