SOURCES SOUGHT
Z -- MLC Fish Ladder Replacement
- Notice Date
- 11/1/2018
- 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
- W912EF19RSS10
- Archive Date
- 12/1/2018
- 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
- Mill Creek Fish Ladder Replacement Sources Sought Notice: W912EF19RSS10 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Mill Creek Fish Ladder Replacement. The work is located at the Mill Creek Project in Walla Walla County, Washington. This will be a firm-fixed-price Construction contract. 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $36.5M. The magnitude of Construction is estimated to be between $500,000 and $1,000,000. 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. 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, performance period, 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, 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 16 November 2018. Summary of Scope of Work: The work consists of the following major elements: This project involves the removal and replacement of the fishway (fish ladder) at the Mill Creek Division Works where Yellow Hawk creek is fed by the system. The intent is to prevent stranding returning adult fish and improve conditions for out-migrating juvenile fish. The new fishway will be built to meet agency fish passage criteria. The contractor will remove a fish ladder that is no longer compliant and replace with a new compliant fish ladder that is longer and wider in the same location at the division works near the Mill Creek Project office location. The work requires excavating parts of the levee and dewatering portions of the channel to allow access to the foundation of the existing fish ladder, concrete saw cutting, concrete demolition, steel decking removal, and minor electrical site demolition. The grade of the foundation will then be adjusted to match required grades for fish passage requirements. Reinforced concrete will be formed and placed. Excavated portions of the levee will need to be rebuilt and riprap restored to the levee and in water downstream of the fish ladder. If damaged or temporarily removed a bicycle path will need to be restored. Steel decking and electrical items that were removed will be replaced in different locations. Accommodations will be made for PIT tag antennas as well as camera and LED lighting for fish counting. On-site work will be June - October, with in-water work July 15, 2019 - September 15, 2019. 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. The Contractor will be responsible for establishing and managing 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 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. 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. 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/W912EF19RSS10/listing.html)
- Place of Performance
- Address: 3211 Reservoir Rd, Walla Walla, Washington, 99362, United States
- Zip Code: 99362
- Zip Code: 99362
- Record
- SN05140920-W 20181103/181101230905-a477e669f1bf678f45c69a861465b6c2 (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 |