Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2020 SAM #6685
SOURCES SOUGHT

99 -- McNary Dam NavLock Upstream Unwater Sump System Upgrade

Notice Date
3/17/2020 2:43:32 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20RSS20
 
Response Due
3/31/2020 5:00:00 PM
 
Archive Date
04/15/2020
 
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
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: McNary Dam NavLock Upstream Unwater Sump System Upgrade The work is located at the McNary Dam Project in 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.� The magnitude of construction is estimated to be between $1,000,000 and $5,000,000. 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 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. A reference list for each of the projects submitted in A) above.� Include the name, title, phone number and email address for each reference. 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.� Provide a statement that your firm intends to submit an offer on the project when it is advertised. Provide a statement of your firm�s bonding capacity.� A statement from your surety is NOT required. Cage Code and DUNS number. � Submit this information to LeAnne Walling, Contract Specialist, via email to leanne.r.walling@usace.army.mil and Karlyn.K.Holland@usace.army.mil.� Your response to this notice must be received on or before 2:00 p.m. (PST) on March 31, 2020. � Summary of Scope of Work: McNary Lock and Dam (McNary) is located on the Columbia River, near the town of Umatilla, Oregon.� The navigation lock is a critical piece of the infrastructure for river travel on the upper Columbia River and the Snake River.� The McNary navigation lock allows for passage of over 5 million tons of commodities on a yearly basis, raising transiting river traffic an average of 75 feet to Lake Wallula.� The navigation lock has been in service since 1954. McNary has two pump rooms in the navigation lock (navlock), one at the downstream and one at the upstream ends of the navlock.� Each pump room is designed to handle both unwatering of the lock fill/empty culverts, and drainage from gallery leakage. This scope of this project will replace one unwatering pump (approx. 50 HP,� 1200 GPM) and three drainage pumps (approx. 7.5 HP, 250 GPM), along with re-routing inlet piping and outlet pumping (outlet pipe approx. 300 feet of 10-inch dia steel pipe).� Temporary Power and/or motor control centers may be required for commissioning the new pumps. The scope of the project will also include an elevated structural floor (approx. 2 feet above existing concrete floor, and 250 square feet).� The pump room is located in the lower gallery of the Navigation Lock , elev 241 (the top deck is at elev 361).� Access to the pump room is limited to a stairwell and vertical elevator shaft.� The freight elevator is not functional but the shaft can be used to lower supplies and materials.� Electrical controls and power to the pumps will be done by others and is not part of this scope. Anticipate Award in mid-September 2020. Physical construction work starting in April 2021. Physical Contract Completion September 2021. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/8bb38c2675a545baa3a6055bbd3f4c46/view)
 
Place of Performance
Address: Umatilla, OR, USA
Country: USA
 
Record
SN05592418-F 20200319/200317230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.