Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
SOURCES SOUGHT

Z -- Dworshak Diversion Tunnel Lighting Replacement

Notice Date
12/1/2017
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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
W912EF18RSS09
 
Archive Date
12/26/2017
 
Point of Contact
LeAnne R. Walling, Phone: 5095277230
 
E-Mail Address
leanne.r.walling@usace.army.mil
(leanne.r.walling@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Dworshak Diversion Tunnel Lighting Replacement Source Sought Notice: W912EF-18-R-SS09 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Dworkshak Diversion Tunnel Lighting Replacement. The work is located at the Dworshak Dam near Ahsahka, Idaho. This will be a firm-fixed-price construction contract. Construction magnitude is estimated between $100,000.00 and $250,000.00. 100% performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 238210, Electrical Contractors and Other Wiring Installation Contractors and the associated small business size standard is $15,000,000.00. The contract requires completion of all work within approximately 150 days after Notice to Proceed. Notice to Proceed is anticipated on or about March 2018. 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 for small business concerns. 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 for each reference. 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 LeAnne Walling, Contract Specialist, via email to Leanne.r.walling@usace.army.mil. Your response to this notice must be received on or before 2:00 PM on Friday, December 11, 2017. Summary of Scope of Work: The work described herein involves the replacement of existing lighting system in the diversion tunnel located at Dworshak Dam. The purpose of this project is to replace the existing original lighting system in the diversion tunnel which is no longer functional due to severe corrosion. The work will include demolition of the existing lighting system and installation of 14 new wall-mounted dual head floodlights and one floor-mounted flood light on the levee in the diversion tunnel. Additionally, 32 vapor tight wall-mounted light fixtures, 3 sealed 120V outlets, a control switch, and associated mounting hardware and wiring will be installed in the access gallery leading to the diversion tunnel. 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. 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. 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 is 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. 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 capable of operating on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor at time of notice to proceed. 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, O&M Manuals, and Contractor- Prepared Shop Drawings to the customer. Contracting Office Address: Attn: CENWW-CT / 201 North 3rd Avenue / Walla Walla, Washington 99362-1876 Place of Performance: USACE - Dworshak Dam /1428 Northfork Drive / Ahsahka, Idaho / 83520 Primary Point of Contact: LeAnne Walling / Contract Specialist /leanne.r.walling@usace.army.mil / Phone: 509-527-7230
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18RSS09/listing.html)
 
Place of Performance
Address: Dworshak Dam, 1428 Northfork Drive, Ahsahka, Idaho, 83520, United States
Zip Code: 83520
 
Record
SN04754178-W 20171203/171201230908-2f28359a01479969eb320e69a31ff697 (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.