Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
SOURCES SOUGHT

Z -- McNary Lock and Dam Lamprey Entrance Permanence

Notice Date
5/11/2018
 
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
W912EF18RSS33
 
Archive Date
6/9/2018
 
Point of Contact
Kent R. Bernard, Phone: 5095277205
 
E-Mail Address
kent.r.bernard@usace.army.mil
(kent.r.bernard@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 contract titled: McNary Lock and Dam Lamprey Entrance Permanence. The work will be done at McNary Dam Umatilla, OR. 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 $100,000 and $ 250,000. 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 Kent.R.Bernard@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 4:00 PM Pacific Daylight Time on Friday 11 May 2018. Summary of Scope of Work: The work described herein involves a few modifications to make the structure a permanent addition to the fish ladder at McNary Summary of Work: In 2013, a prototype lamprey passage structure was installed in the south fishway entrance at McNary Dam. Through biological evaluations this structure has been deemed a success and will now require modifications to make the structure a permanent addition to the fish ladder. Modifications include: removing the ported hood box and making this box shorter in length (to un-occlude the bulkhead guide slot), reinstalling the box, securing the knife gate in a fully open position, removing the "screw jack" lifting mechanism and all supporting structure, cutting and installing inspection ports (4 total) in the baffle box section, and removing an I-beam from the channel wall outside the fishway entrance. These tasks require dive work. The modification to the ported hood box will be done in the dry. This lamprey passage structure is constructed entirely of aluminum. This work will occur during the ladder outage period in the months of January and February. 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 completed at least 24 hours of formal safety training each year for the past 5 years. Provide qualified Diving Personnel as required in EM 385-1-1. 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. All welding performed as part of this contract shall comply with the standards of AWS D1.2 Structural Welding Code - Aluminum. Welding procedures shall be qualified as prescribed in AWS D1.2 and be witnessed by and submitted to the Government for approval. Welders, welding operators and tack welders shall be qualified in conformance with AWS D1.2 Part 3. 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. 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/W912EF18RSS33/listing.html)
 
Place of Performance
Address: McNary Lock and Dam, Umatilla, Oregon, 97882, United States
Zip Code: 97882
 
Record
SN04919961-W 20180513/180511230922-861633689c9abbe1a9307bb92155773c (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.