Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOURCES SOUGHT

Y -- Lower Granite Juvenile Fish Bypass Collection Channel Prototype Weir

Notice Date
12/19/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-12-R-SS07
 
Response Due
12/30/2011
 
Archive Date
2/28/2012
 
Point of Contact
Jani Long, 509-527-7209
 
E-Mail Address
USACE District, Walla Walla
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Lower Granite Juvenile Fish Bypass Collection Channel Prototype Weir. The work is located at the Lower Granite Dam located in Garfield County, Washington. This will be a firm-fixed-price construction contract. Construction magnitude is 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 and the associated small business size standard is $33,500,000. 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. 1) A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. 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 statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work and construction magnitude. Include a point of contact name, phone number and email address. 4) A statement of your firm's bonding capacity. 5) A statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), small business). Submit this information to Jani Long, Contract Specialist, via email to jani.c.long@usace.army.mil. Your response to this notice must be received on or before 2:00PM on December 30, 2011. Summary of Scope of Work: Summary of Scope of Work: Background: Currently 10 inch diameter orifices connect the gatewell to the juvenile fish collection channel. Two prototype weir (rounded and sharp crested) designs and an orifice enlarged to 14 inch diameter are to be construction to ascertain if they improve fish passage for juvenile fish. The weir height is adjustable to accommodate certain changes in forebay elevation. The larger orifice and weirs allow more water into the collection channel, so the collection channel also has to be enlarged locally to accommodate the additional water. Description of work: General: Concrete work will include cutting, removal, core drilling, and grouting. Concrete removal will require wire sawing and diamond blade cutting. Metalwork fabrication will be required for mild carbon as well as stainless steel items. Mechanical work will include fabrication and installation of hydraulic power systems that use environmentally friendly hydraulic fluids as well as modifications to the existing pneumatic system. Electrical work will include fabrication and installation of electronic (PLC) level, hydraulic, and safety controls, as well as power delivery systems. Work will require the use of a crane and will take place in an environmentally sensitive area with difficult access and tight working spaces. The contractor must provide a crane and operator for use during the contract period to remove concrete pieces. Anticipated contract period will be December 2012 through March 2013. Safety will be a concern with crane lifts of heavy items; potentially icy conditions; and work over water. Therefore, the contractor will be required to provide a Quality Control Manager, and Site Safety and Health Officer. The personnel assigned to those positions must meet the following requirements. The Quality Control Manager must have completed the "Construction Quality Management for Contractors" course within the last 5 years. The Site Safety and Health Officer must have a minimum of 5 years safety work experience on similar projects; completed of the 30-hour OSHA construction safety class or equivalent within the last 5 years; and completed an average of at least 24 hours of formal safety training each year for the past 5 years. Crane operators shall be designated as qualified by a source that qualifies crane operators (i.e., union, a government agency, or an organization that tests and qualifies crane operators). Each operator shall have experience on a bridge crane of equivalent capacity and characteristics. The contractor's crane requires certification and on-site demonstration to lift 110% of the maximum load to be lifted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-R-SS07/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02641656-W 20111221/111219234227-740e2886723d504f1411d6904b0070fb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.