SOURCES SOUGHT
99 -- MNA Waste Water Upgrade and Connection
- Notice Date
- 4/23/2020 10:51:26 AM
- 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
- W912EF20RSS27
- Response Due
- 5/7/2020 5:00:00 PM
- Archive Date
- 05/22/2020
- Point of Contact
- LeAnne R. Walling, Phone: 5095277230
- E-Mail Address
-
leanne.r.walling@usace.army.mil
(leanne.r.walling@usace.army.mil)
- Description
- McNary Dam Waste Water Upgrade and Connection to City of Umatilla Sewer System Sources Sought Notice: W912EF20RSS27 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: McNary Dam Waste Water Upgrade and Connection to City of Umatilla Sewer System. The work is located at the McNary Dam Project near 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)� 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 �and Karlyn.K.Holland@usace.army.mil.� Your response to this notice must be received on or before 5:00 p.m. (PST) on May 6, 2020.������������������������������������������������������������� Summary of Scope of Work: McNary Lock and Dam (McNary) is located on the Columbia River, near the town of Umatilla, Oregon.� McNary Dam has approximately 140 full time employees, several contractors, and recreational visitors that range from 20-300 people in a day.� Because of the fluctuation in population at the dam, it is important to have a system that can handle surges in wastewater treatment. This project will abandon the McNary Dam and Juvenile Fish Facility drainfield and replace it with two lift stations that connects to the City of Umatilla sewer line located near Scaplehorn Road.� The wastewater lift stations will require wastewater receiving well (wet-well), often equipped with a screen or grinder pump to remove coarse materials; pumps and piping with associated valves; motors; a power supply system; an equipment control and alarm system; and an odor control and ventilation system. �The scope of work will require, but not be limited to, the following: Utility location along proposed alignment. Construction staking of proposed alignment. Provide all equipment and components identified in the design contract. Trenching and earthwork to install wastewater piping and lift stations. Provide redundant 480V power or uninterrupted power supply (UPS) to new lift stations. Provide new conduits and pull power and control wires to new lift stations. Provide new low voltage power distribution panels, 480V/120V transformer, 120V luminaires and receptacles for new lift stations. The Control philosophy will include fully functional manual and automated PLC with UPS to the control system. Pump controls will be designed and configured as Lead/Lag operation. Provide alarm annunciator in the operator room as well as local warning beacon/strobe light to indicate an alarm condition is present. Electrical panels and equipment shall be rated NEMA 4X at minimum. Provide redundant Wet Well level sensors. Abandonment of current wastewater tank and/or drain field in accordance with OAR 340-071. Pavement repair and replacement. Temporary traffic control. The on-site sewage system (OSS) installer shall be a contractor registered with the State of Oregon to perform the work and shall have obtained an installer's license from the Umatilla County Health District to install OSS systems or components in Umatilla County. Connection of proposed system to identified locations and/or stub outs for future connections. Coordinate with the City of Umatilla to connect to the force main on Scaplehorn Road. Commission new lift stations, control panels and all other appurtenances. Anticipated Solicitation date is mid-September 2020 Anticipated Award date is mid-February 2021. Physical construction work starting in June 2021. Physical Completion anticipated October 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/caa57da026c7486fbd536a0f1d48aed9/view)
- Place of Performance
- Address: Umatilla, OR, USA
- Country: USA
- Record
- SN05634729-F 20200425/200423230159 (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 |