Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2014 FBO #4614
SOLICITATION NOTICE

Y -- McNary Potable Water Distribution System

Notice Date
7/11/2014
 
Notice Type
Presolicitation
 
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-B-0009
 
Response Due
9/26/2014
 
Archive Date
10/26/2014
 
Point of Contact
Elaine M. Vandiver, 509-527-7221
 
E-Mail Address
USACE District, Walla Walla
(elaine.m.vandiver@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Construction Project entitled McNary Potable Water Distribution System. This will be a firm fixed-price construct contract located at McNary Lock and Dam (Umatilla County, Oregon). Estimated construction magnitude is between $1,000,000 and $5,000,000; and 100% performance and payment bonds will be required. The period of performance is anticipated to be 650 days after receipt of notice to proceed. DESCRIPTION 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 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: Liquid chlorination system 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. Solicitation Number W912EF-14-B-0009 will be posted to the FBO website on or about July 31, 2014. The solicitation will be an Invitation for Bid. Bids will be due no sooner than 30 calendar days after actual solicitation issuance date. The solicitation is unrestricted and open to both large and small business concerns. The NAICS code for this procurement is 237110. Currently, the small business size standard for this NAICS code is $33,500,000 in average annual receipts. Due to an interim rule issued regarding a change in NAICS code size standards, it is anticipated that the size standard for NAICS 237110 will change to $36,500,000 on July 14, 2014. When the solicitation for this project is issued, it will contain the current approved small business size standard for NAICS code 237110. When released, the solicitation documents for this project will be available via www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Prospective bidder are responsible for checking 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 at the referenced website. To obtain automatic notifications of updates to this solicitation, you must log in to www.fbo.gov and add the solicitation to your quote mark Watchlist quote mark. If you would like to list your firm so others can see you are an interested vendor, you must click the quote mark Add Me To Interested Vendors quote mark button in the listing for this solicitation on www.fbo.gov. Important Note: The FBO response date listed elsewhere in this synopsis is for FBO archive purposes only. It does not necessarily reflect the actual bid due date. The bid due date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 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 they were legally admitted into the United States and have 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 Elaine.M.Vandiver@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-14-B-0009/listing.html)
 
Place of Performance
Address: McNary Lock and Dam 82790 Devore Road Umatilla OR
Zip Code: 97882-1441
 
Record
SN03422847-W 20140713/140712022714-072453707b73ee9ae6d00aafbb48098e (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.