SOLICITATION NOTICE
Z -- LGA Fish Ladder Joint Sealant Repair
- Notice Date
- 10/24/2018
- Notice Type
- Combined Synopsis/Solicitation
- 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
- W912EF19Q0004
- Point of Contact
- LeAnne R. Walling, Phone: 5095277230, Matthew W. Boudreaux, Phone: 5095277207
- E-Mail Address
-
leanne.r.walling@usace.army.mil, Matthew.W.Boudreaux@usace.army.mil
(leanne.r.walling@usace.army.mil, Matthew.W.Boudreaux@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Construction project entitled: Little Goose Fish Ladder Joint Sealant Repair. The construction will occur on the Little Goose Dam and Lock, Dayton Washington. Construction magnitude is estimated to be between $25,000 and $100,000. 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 $36,500,000. Solicitation is open to small business concerns. Summary of Scope of Work: This project consists of replacing five (5) existing fish ladder expansion joint seals located inside the fish ladder on the south side of Little Goose Lock and Dam. Seals consist of two layers of neoprene rubber sponge cord topped with a layer of sealant conforming to ASTM C920. The resealing of the five (5) fish ladder expansion joints effort involves the removal and disposal of the existing joint debris and prep joint for sealant. The out-of-service window begins 7 January 2019. However, pre-work can begin after notice to proceed is given. Solicitation estimated to be posted mid to late October 2018. Award estimated to be mid to late November 2018. 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 an Activity Hazard Analyses, for each phase of work that complies 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 3-years of experience in construction safety on similar projects, and shall have completed the 30-Hour OSHA Construction Safety training 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. Solicitation Number W912EF19Q0004 will be posted to the FBO.gov in approximately 1-2 weeks. The solicitation is a Request for Quote (RFQ). Quotes will be due 15 days after the solicitation is issued. When issued, the solicitation documents for this project will be available at https://www.fbo.gov. A site visit will be offered generally within 1 1/2 weeks after the solicitation is issued. The site-visit is HIGHLY recommended if a bid is intended. See solicitation for details about the site visit. Only ONE site visit will be offered. To request clearance, please 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 (INS 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 leanne.r.walling@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. When available, the solicitation documents for this project will be available via FedBizOpps.gov https://www.fbo.gov NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.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 on FedBizOpps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF19Q0004/listing.html)
- Place of Performance
- Address: 1001 Little Goose Dam Rd, Dayton, Washington, 99328, United States
- Zip Code: 99328
- Zip Code: 99328
- Record
- SN05133133-W 20181026/181024230515-8bbf33b2752a5f064ea0f300c65d00ae (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 |