Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
MODIFICATION

Z -- Ice Harbor Headcover Oil Water Separator

Notice Date
8/21/2020 5:31:42 PM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Walla Walla Walla Walla WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20B0007
 
Response Due
9/22/2020 2:00:00 PM
 
Archive Date
10/07/2020
 
Point of Contact
LeAnne R. Walling, Phone: 5095277230, David Boone, Phone: 5095277227
 
E-Mail Address
leanne.r.walling@usace.army.mil, david.c.boone@usace.army.mil
(leanne.r.walling@usace.army.mil, david.c.boone@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Construction Project:� Ice Harbor Oil Water Separator Headcover The US Army Corps of Engineers, Walla Walla District is seeking offerors for a construction project entitled: Ice Harbor Oil/Water Separator - Headcover. The work will be done at Ice Harbor Lock and Dam (Benton County, Washington). This will be a firm fixed-price construction contract with incidental supply items. Construction magnitude is estimated between $1,000,000 and $5,000,000 and 100% performance and payment bonds will be required. The� North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering construction and the associated small business size standard is $39.5 MIL. Competition for this solicitation is set-aside for small business concerns.� Invitation for Bid (IFB) No. W912EF20B0007� See attached solicitation for details about proposal requirements.� The solicitation, technical specifications and plans�for this project is�attached to this notice�at https://beta.sam.gov/. DESCRIPTION OF WORK: The US Army Corps of Engineers, Walla Walla District is seeking sources for the manufacture, supply of materials and installation of an Oil Water Separator at Ice Harbor Dam. The overall purpose of the project is to make improvements to the oil spill prevention and oil accountability systems at Ice Harbor Dam. The intent is to minimize the amount of oil that reaches the sump by separating any oil from water discharged on the main unit head covers. The separation method is replacing head cover pumps with low shear type pumps which will minimize the oil/water emulsification and route pumped discharge through a gravity type oil water separator. The Contractor shall supply oil water separators to handle the head cover discharge of the 6 main units at the Ice Harbor Project. The requirement includes but is not limited to the following: design; prepare drawings and installation instructions; manufacture and shop test; prepare and load for shipment; deliver f.o.b. destination, and install, make completely operational, test and commission the oil water separator system. The contractor will install piping that will connect the discharge of the pumps to a stainless steel piping header that will run the length of the powerhouse from 2� to 6� diameter to convey the discharge to the inlets of the three 100 gpm oil water separators. Piping that conveys the discharge from the oil water separators will be collected to a single 6� discharge header and connected to existing piping within the drainage sump. Additionally, the contractor will extend the existing baffle system in the drainage sump, which includes about 10 feet of roughly 2� x 2� steel diffuser extensions. A site visit will be offered approximately 2 weeks after the solicitation is posted.� The site-visit is HIGHLY recommended if a proposal is intended.� Refer to the solicitation for details.� Only ONE site visit will be offered.� 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 OSHA and State Regulations, EM 385-1-1, and ASSE/SAFE Z359. 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 of 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 required 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. No CDs or hard copies will be available by the Government.� Downloads are available only through the BetaSAM website. Bidders are responsible for checking the BetaSAM website frequently for any update(s) to the notice.� The Government is not responsible for any loss of internet connectivity or for a bidder�s inability to access the document posted on the referenced website.� To obtain automatic notifications of updates to this solicitation, you must log in to www.betaSam.gov and add the solicitation to your Watchlist.� If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation. Access for Foreign Nationals.� It takes 4-5 weeks to obtain clearance for foreign nationals to enter the project site.� If your company wishes to have a foreign national participate in the site visit for this project, you are strongly encouraged to submit the required identification immediately.� To request clearance for foreign nationals, submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US.� Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561),� Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph 9INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571),� Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B).� Send this information by email to leanne.r.walling@usace.army.mil and jani.c.long@usace.armymil .�� Foreign nationals must have received clearance prior to being granted access to the project site.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3091204d30854800b50ef767f2eec1a9/view)
 
Place of Performance
Address: Burbank, WA 99323, USA
Zip Code: 99323
Country: USA
 
Record
SN05768641-F 20200823/200821230200 (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.