SOURCES SOUGHT
Y -- McNary Lock & Dam Potable Water Distribution Upgrade
- Notice Date
- 1/29/2014
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-14-R-SS17
- Response Due
- 2/12/2014
- Archive Date
- 3/30/2014
- Point of Contact
- Caroline Mueller, 509-527-7225
- E-Mail Address
-
USACE District, Walla Walla
(caroline.b.mueller@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- US Army Corps of Engineers (USACE), Walla Walla District is seeking small business sources for a construction project titled: McNary Lock & Dam Potable Water Distribution Upgrade. The work is located on the Oregon side of McNary Lock and Dam, in Umatilla County, Oregon. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $1,000,000 and $5,000,000, and 100 percent performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237110, Water and Sewer Line and Related Structures Construction, 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 (items one though five) will be used in determining whether to set aside this requirement. 1)Capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this scope, magnitude and complexity (current or past technical experience.) 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. Include a list of projects with descriptions that are similar in nature. 2)Reference list for each of the projects submitted in 1) above. Include the point of contact, title, phone number and email address. 3)Statement of your firm's bonding capacity. 4)Statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), woman-owned). 5)Cage Code and DUNS number. Your response to this notice must be received on or before 4:00 PM local time on 12 February 2014. Submit this information to Caroline Mueller, Contract Specialist, via email to Caroline.B.Mueller@usace.army.mil. Summary of Scope of Work: Upgrade the existing McNary Dam Potable Water Distribution System to supply potable water to the McNary Dam Powerhouse, Warehouse Area, and West Park, in accordance with (IAW) USACE plans and specifications. The existing potable water system shall continue to operate during the construction upgrades and remain on-line until testing and commissioning of the upgraded system are completed. The new water distribution system construction effort shall include: Pipe trench excavations and underground boring for railroad and roadway locations for the new potable water distribution pipelines; Site preparation for a new potable water (concrete reinforced) storage tank with chain link security fencing around it and a rip rap overflow ditch outfall section starting at the end of the water tank drainage pipe; Valves and valve groups subsurface enclosures (concrete manholes); Fire hydrant procurements and placements with protection bollards; Underground fiber optic cable procurement and placement from the new water tank to just outside the Powerhouse; Demolition of some existing valve groups piping during the construction phase to upgrade the water distribution system; and Demolition of the old water tank after de-commissioning of the old water distribution system. A new potable water pipeline shall be fed from an existing common tie-in point between two well houses. Demolish some of the old pipeline locations. Run a new pipeline between the chlorination building and the new concrete water tank. From the new water tank, install two water supply pipelines: one pipeline to tie into an existing pipeline that will supply potable water to the Powerhouse and the other pipeline to supply potable water to the Warehouse Area and West Park. The Warehouse Area shall have a water distribution loop within it and a water supply pipe line from the loop to feed West Park. The water distribution loop shall require tie-in connections to provide potable water to existing buildings within the Warehouse Area. This warehouse distribution loop pipeline shall also have an emergency back-up supply line (cross tie-in pipeline) between the water distribution loop pipeline and the dedicated powerhouse water pipeline. The new fire hydrant locations are within the water distribution loop to provide exterior points of water supply for fire suppression. Electrical power shall be provided from an existing valve group to both the new water tank and the new adjacent valve group room, providing power within the new adjacent valve group room and the roof of the new water tank. Electrical equipment shall be provided such as Programmable Logic Controllers (PLC), Ethernet switches, Human Machine Interfaces (HMI) and Fiber Optic Patch Panels for both the new adjacent water tank valve group room and a well house. Requirements during construction include the presence of a Site Safety and Health Officer (SSHO), who shall be assigned no other duties during the duration of this construction contract, and a Contractor Quality Control Manager (CQC) on site at all times when work is performed. The SSHO is required to have 30 hour OSHA training and the CQC will be required to have taken the USACE course titled, Construction Quality Management for Contractors. The Contractor will be required to develop and maintain a network analysis system (NAS) schedule for this project. A scheduler with a minimum experience level of three years will be required to develop and maintain the required schedule. All onsite work will be subject to the USACE Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be required to utilize the USACE electronic system (Quality Control System) to manage and transmit certain records to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-14-R-SS17/listing.html)
- Place of Performance
- Address: McNary Dam 82790 Devore Road Umatilla OR
- Zip Code: 97882
- Zip Code: 97882
- Record
- SN03276786-W 20140131/140129234330-a117d74b05345a54657bd2f5ac2ff4dd (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 |