SOURCES SOUGHT
Z -- LMA - Floating Guidewall Cable Replacement
- Notice Date
- 6/19/2020 7:01:21 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
- W912EF20RSS39
- Response Due
- 7/3/2020 3:00:00 PM
- Archive Date
- 07/18/2020
- Point of Contact
- LeAnne R. Walling, Phone: 5095277230
- E-Mail Address
-
leanne.r.walling@usace.army.mil
(leanne.r.walling@usace.army.mil)
- Description
- Lower Monumental Floating Guidewall Cable Replacement Sources Sought Notice: W912EF20RSS39 The US Army Corps of Engineers, Walla Walla District is seeking sources to provide personnel, materials, supplies, equipment, transportation, supervision and other items and services for the following: Lower Monumental Lock and Dam � Floating Guidewall Cable Replacement. 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 (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 2:00 p.m. (PST) on July 3, 2020 Summary of Scope of Work: Work shall include, but is not limited to the replacement of wire rope cables. There are four service and safety wire ropes two landside anchor attached and two cables riverside side attached to anchor block. The two riverside cables connect to cable that wraps around an existing coffer cell and the cable will be removed and replaced with chain to the cable connection point. The cables on the navlock anchor side will require dredging of sediment and debris to reach the anchor point. The Navlock side safety and supply cables are already procured by the Government. There will be timbers along the floating guidewall replaced as part of this contract.�� Anticipated Award date is November 2020 Physical construction work starting in January 2021. Physical Completion anticipated April 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/5fa6117b990f4341af2fa84f09bb9952/view)
- Place of Performance
- Address: Kahlotus, WA 99335, USA
- Zip Code: 99335
- Country: USA
- Zip Code: 99335
- Record
- SN05697481-F 20200621/200622142807 (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 |