Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
SOLICITATION NOTICE

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

Notice Date
7/9/2012
 
Notice Type
Presolicitation
 
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-B-0008
 
Response Due
8/30/2012
 
Archive Date
10/29/2012
 
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
Total Small Business
 
Description
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 November 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. Solicitation No. W912EF-12-B-0008 will be posted to the FBO website on or about July 30, 2012. Bids will be opened no sooner than 30 calendar days after actual solicitation issuance date. The bid opening date will be contained in the solicitation and any solicitation amendments that may be issued. Solicitation is open to small business concerns only. NAICS code for this project is 237990, and the small business size standard is $33,500,000 average annual receipts. Estimated magnitude of construction is between $1,000,000 and $5,000,000. When available, the solicitation documents for this project will be posted on http://www.fbo.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 FedBizOpps.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 http://www.fbo.gov. A site visit will be offered approximately two weeks after the solicitation is made available to bidders. 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 jani.c.long@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-B-0008/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02796531-W 20120711/120709234250-7067733f33a6b8e9c1c04080cf261fc2 (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.