Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2020 SAM #6845
SOLICITATION NOTICE

Z -- MNA-LGA-LMA Headgate Rep Pit Upgrades

Notice Date
8/24/2020 3:18:01 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Walla Walla Walla Walla WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20B0019
 
Response Due
10/20/2020 2:00:00 PM
 
Archive Date
11/04/2020
 
Point of Contact
LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802, Chandra D. Crow, Phone: 5095277202
 
E-Mail Address
leanne.r.walling@usace.army.mil, chandra.d.phillips@usace.army.mil
(leanne.r.walling@usace.army.mil, chandra.d.phillips@usace.army.mil)
 
Description
Construction project entitled: MNA-LMA-LGA Headgate Repair Pit Upgrade The work is located at the McNary Dam, Umatilla, Oregon.� This will be a firm fixed-price construction contract. Construction magnitude is estimated between $5,000,000 and $10,000,000.� 100% performance and payment bonds will be required.� The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $39.5 M.� Competition for this solicitation is set-aside for full and open competition.� Solicitation number W912EF20B0019 will be posted to the beta.sam.gov Contract Opportunities website on or about late early September 2020.� The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. Scope of Work: McNary Lock and Dam is located on the Columbia River, near the town of Umatilla, Oregon. Lower Monumental Lock and Dam located near Kahlotus, WA and Little Goose Lock and Dam near Dayton, WA and are on the Lower Snake River. The headgate repair pits are important infrastructure that supports the maintenance and upkeep of the dam facilities. The Headgate Repair Pits Upgrades for McNary, Lower Monumental, and Little Goose operating projects. The work falls within the powerhouse at each operating projects. The project would include upgrading all platforms, providing the following: new utilities (air, water, electrical service for welding and electrical receptacles), drainage reestablishment, local exhaust, painting of the walls, lighting, demolition, and ventilation systems in the repair pit.� Anticipated award Early to November 2020� McNary anticipated completion Mid-November 2021 Little Goose anticipated completion Mid-November 2022 Lower Monumental anticipated completion Mid-November 2022 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. Solicitation Number W912EF20B0019 will be posted to the beta.sam.gov in approximately on or around late August 2020. The solicitation is an Invitation for bid (IFB). Important Note:� The beta.sam.gov Contract Opportunities Response Date listed elsewhere in this synopsis is for beta.sam.gov archive purposes only.� It does not necessarily reflect the actual bid opening date.� There is no response date included in this notice. The bid due date and time will be contained in the solicitation and any solicitation amendments that are issued. A site visit will be offered approximately 1� -2 weeks after the solicitation is made available to offerors.� See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please 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 (INS 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.� Foreign nationals must have received clearance prior to being granted access to the project site. When available, the solicitation documents for this project will be available via beta.sam.gov . NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to beta.sam.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 on beta.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/01206902f93c477fbdff5253e7b71c59/view)
 
Place of Performance
Address: Umatilla, OR 97882, USA
Zip Code: 97882
Country: USA
 
Record
SN05770989-F 20200826/200824230150 (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.