Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 11, 2020 SAM #6769
SOURCES SOUGHT

Z -- McNary Dam Navigation Lock Crane Replacement

Notice Date
6/9/2020 2:26:32 PM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20RSS37
 
Response Due
6/30/2020 3:00:00 PM
 
Archive Date
07/15/2020
 
Point of Contact
David Boone, Phone: 5095277227
 
E-Mail Address
david.c.boone@usace.army.mil
(david.c.boone@usace.army.mil)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking interested business sources for a construction project entitled: McNary Navigation Lock Crane Replacement.� The work is located at McNary Dam on the southeastern Washington side of the Columbia River near Umatilla, Oregon.� This will be a firm-fixed-price Design Build construction contract. The magnitude of construction for this project is between $5,000,000 and $10,000,000. 100% performance and payment bonds will be required.� The government expects to award a contract in March 2021, with an approximate on-site installation work window of May 2022 through October 2022.� The North American Industry Classification System (NAICS) code for this project is 238290, Other Building Equipment Contractors, and the associated small business size standard is $16.5 million.� This sources sought notice is a tool to identify businesses with the capability to accomplish the work. �Responses are requested from both large and small businesses.� This is not a solicitation.� Responses to this sources sought notice should include the following information:� 1. A list of at least three (3), no more than five (5), project examples that were completed in the last 10�years which demonstrate design, manufacturing and commissioning of cranes similar in size and scope listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, how it relates to the described herein and 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. 2. A reference list for each of the projects submitted in A) above.� Include the name, title, phone number, and email address for each reference. 3. A statement indicating that you will be manufacturing the hoist system or you are the construction firm doing at least 75% of the work with your own forces. 4. Provide a statement of your firm�s business size status (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.� 5. Provide a statement that your firm intends to submit an offer on the project when it is advertised. 6. Provide a statement of your firm�s bonding capacity.� A statement from your surety is NOT required. 7. Cage Code and DUNS number. This sources sought notice is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via beta.sam.gov Contract Opportunities for any resultant or future solicitation package(s) that may be issued. Submit this information to David Boone, Contract Specialist, via email to david.c.boone@usace.army.mil.� Your response to this notice must be received on or before 3:00 pm on 30 June, 2020. Summary of Scope of Work: McNary Dam McNary Lock and Dam, located on the Columbia River, has two fixed portal (derrick) style derrick cranes located on each end of the navigation lock (navlock). �The cranes perform critical functions for both operations and maintenance (O&M) as well as dam safety purposes. The cranes are original equipment designed and manufactured in the late 1940�s to early 1950�s and are in a state of disrepair. This project will involve the design, manufacturing, installation, and commissioning of one new fixed portal (derrick) crane and removal of the existing derrick cranes at each end of the navigation lock (upstream and downstream). The general configuration of the new crane will match the existing crane style. The new crane�s main boom will be specified to have a load rating of 50 tons to ensure adequate capacity for lifting stoplogs. A new lifting beam will be designed and provided by the contractor for each crane. Each crane shall have the existing electrical feeder and associated appurtenances replaced and a new feeder be sized and installed which will support the loads of the new cranes.� All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage 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, 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 is 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 safety training from accredited safety training sources each year for the past 5 years. Establish and manage 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 is 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. Use the Government-furnished Resident Management System (RMS) � Contractor Mode to record, maintain, and submit various information throughout the contract period. RMS is a Windows-based program capable of operating on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor at time of notice to proceed. 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. Miscellaneous work within the project includes the delivery of As-Built Drawings, O&M Manuals, Contractor- Prepared Shop Drawings, and spare parts to the customer. Contracting Office Address: Attn: CECT-NWW / 201 North 3rd Avenue / Walla Walla, Washington 99362-1876 Place of Performance: USACE � McNary Dam, Umatilla, Oregon
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c7769ae295c24268820f70d95b1b1722/view)
 
Place of Performance
Address: Umatilla, OR 97882, USA
Zip Code: 97882
Country: USA
 
Record
SN05685185-F 20200611/200609230146 (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.