Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SOURCES SOUGHT

Z -- Little Goose Head Cover Oil Water Separators

Notice Date
3/1/2018
 
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
W912EF18RSS19
 
Archive Date
3/26/2018
 
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
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Little Goose Head Cover Oil Water Separators. The work will be done at Little Goose Lock and Dam (Columbia County, Washington). This will be a firm-fixed-price construction contract. Construction magnitude is estimated between $1,000,000 and $5,000,000 and 100% performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $36.5MIL. 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. Please do not respond to this notice unless you will be responding to the solicitation. 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 required. F) Cage Code and DUNS number. Submit this information to Cyndi Jacobsen, Contract Specialist, via email to cynthia.h.jacobsen@usace.army.mil. Your response to this notice must be received on or before 2:00PM on 23 March 2018. Summary of Scope of Work: The overall purpose of the project is to prevent oil from entering the navigable waterways of the Snake River from the power house at Little Goose Lock and Dam. As the drainage sump is a low point with systems of drains and piping interconnected to collect water, it may also collect any unintended oil spills throughout the operating facility. The turbine pits collect normal and usual water leakage from the head cover gasket, wicket gate packing, and turbine gland water. The pits also can collect turbine oil drips, grease from the wicket gate packing, or oil that is inadvertently spilled. The fluid from the turbine pits is pumped using head cover pumps up to the generator floor and down to the drainage sump, where the fluid is discharged into the river. This project will route the fluid to an oil water separator prior to entering the drainage sump. The contractor will replace the centrifugal pumps in 6 turbine pits. A primary pump will be installed that is gentle on the oil to prevent emulsification and allow the oil water separator to be more effective. This pump will require a new foundation in the turbine pit but will not require welding. A secondary submersible pump will be installed that is sized to discharge excessive leakage. Both pumps will connect to the existing turbine pit discharge piping, and new copper piping shall be routed to a common header. Grooved Piping will be added along the length of the powerhouse to collect fluid from all main units and routed to oil water separators. Two separators will filter out any oil and sludge and discharge water through existing drain piping into the drainage sump. Each separator shall have a steel work platform to access the inside of each tank. Alarms for the oil water separators and oil storage tank provide communication to the project's control room. A 1-1/2 hp gear pump shall be installed to pump down an oil storage tank. [LGA only--An aluminum platform with 2 stairs will be needed and will require some welding.] Electrical work shall consist of: • Routing cables from the breakers through existing conduit and connecting to existing starters and to the new turbine pit pumps. • Installing a 480/120V transformer and distribution panel for the oil water separators. • Routing an alarm signal cable along existing cable trays over several hundred feet and up 4 levels. • Core drilling through 18" of concrete to route cabling in one location. • Installing new control panel for the gear pump. 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 EM 385-1-1. 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 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. A qualified Fall Protection Competent Person shall be provided by the Contractor for each shift of the contractor's on-site operations that involves work that exposes workers to fall hazards. The contractor will be required to perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures. Prior to commencing on-site work, the contractor will be required to complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control. The Contractor will be responsible for various equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. The project will involve 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. The government tentatively expects to award a contract between June/July 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18RSS19/listing.html)
 
Place of Performance
Address: 1001 Little Goose Dam Rd., Dayton, Washington, 99328, United States
Zip Code: 99328
 
Record
SN04838885-W 20180303/180301230822-692f57b2173239a42c9aa2f1a430c3f1 (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.