Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2014 FBO #4642
SOLICITATION NOTICE

Z -- McNary Dam Navigation Lock Downstream Gate Interim Repairs

Notice Date
8/8/2014
 
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-14-B-0017
 
Response Due
10/3/2014
 
Archive Date
11/2/2014
 
Point of Contact
Phyllis Buerstatte, 509-527-7211
 
E-Mail Address
USACE District, Walla Walla
(Phyllis.L.Buerstatte@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Construction Project: McNary Navigation Lock Downstream Gate Interim Repairs. This will be a firm fixed-price construction contract located at McNary Navigation Lock in Benton County, Washington. Estimated construction magnitude is between $1,000,000 and $5,000,000. Performance and payment bonds (100%) will be required. The full onsite work window, to include the pre-work and post-work checks, is expected to be 07 March 2015 to 04 April 2015. See solicitation for details. DESCRIPTION OF WORK: Perform structural and mechanical interim repairs on the McNary Navigation Lock Downstream Gate. The McNary Navigation Lock Downstream Gate is a two-leaf arched miter gate and measures 106 feet tall by 86 feet wide and was placed in service in 1954. Miter Gate Gudgeon Repairs -- Procedures include line boring the perpendicular gudgeon plates (2 plates total) and gudgeon linkage eye bar (1 bar total) of each of the miter gate leaves. The gudgeon plates are embedded to the concrete structure of the navigation lock and allow for the attachment to the navigation lock miter gate through the gudgeon linkage eye bar. Therefore the field line boring is required through 3 layers of material with a total thickness of 8.25 inches (gudgeon plates are 1.75 thick each and linkage eye bar is 4.75 inches thick), the bore size shall be increased from 7-inches to 7.125-inches. Gudgeon material is low yield steel and therefore welding operations shall be kept to a minimum as to not alter its properties. Two new linkage pins (one per side) shall be provided to match the new gudgeon plate-linkage eye bar bore diameter. The gudgeon repair work will require jacking and shoring support of the miter gate leaf structures. Each miter gate leaf weighs approximately 400 tons. The miter gate leaves will be required to be jacked and supported during the pin removal, line boring, and pin replacement operations. A jacking and shoring plan is a required deliverable and must be designed by a licensed engineer. Coal Tar Coating System Removal -- Remove all existing coal tar and coal tar/primer from the lower 24-feet of the downstream side structural components on both Downstream Miter Gate Leaves. Acceptable removal of the coating system is defined as the removal of all visible coal tar and primer coat. Bare steel is required to permit structural inspections. The existing coal tar material was applied to the gate structure in 1949 and was confirmed to be asbestos-free by laboratory testing in 2014. The coal tar was originally manufactured to meet the requirements of American Water Works Association Specification 7A-5-1940. The coal tar was hot-applied to a minimum thickness of 3/32-inch and is anticipated to have a maximum thickness of 1-inch. The existing primer material consists of a coal tar pitch primer originally manufactured to meet the requirements of American Water Works Association Specification 7A-5-1940. The design and installation of suitable containment measures are required to protect the immediate and adjacent areas on the gate structure and Navigation Lock floor from contamination from the removal activities. Removal and off-site disposal of all resulting coal tar coating waste is required to be in accordance with Federal, State, and local laws and regulations. Structural Inspection of Downstream Miter Gate -- Provide the services of professional engineers and Non-Destructive Testing (NDT) technicians to perform structural inspection of the lower 24-feet of the downstream side of the miter gate and the upstream side of the miter and quoin areas (non-skin plate body areas) of the miter gate. Structural Engineers that are state licensed professional engineers, and NDT Level II or Level III qualified technicians will be required by this contract. Due to elevated inspection and NDT requirements, Society of Professional Rope Access Technicians (SPRAT) Level III personnel will be required to supervise the inspection teams. Based on the aggressive schedule requirements of this contract, multiple inspection/NDT teams may be required to work on both miter gate leaves concurrently. Structural inspections require the design and installation of an engineered fall protection system and personnel fall protection equipment meeting the requirements of EM 385-1-1. Crack Repair on Structural Members of Downstream Miter Gate -- Perform various forms of crack repair to include stop-drilling, bolted plate repairs, partial penetration welds, and complex complete joint penetration welds. Weld repairs will be performed on non-fracture critical members and fracture critical members. Welding shall conform to American Welding Society (AWS) D1.5 and welders shall be qualified in accordance with AWS D1.5. Crack repair requires the submission of welding procedures for each weld to be made. Welding repairs require preheating and interpass temperature control. The contract will require full time services of Certified Welding Inspectors certified in accordance with AWS QC1 during all on-site welding activities. Repaint Structural Members of Downstream Miter Gate -- Upon completion of all crack repairs, paint all surfaces that were previously coated with coal tar with Vinyl Paint System 4. The Vinyl Paint System 4 consists of five coats of alternating white and gray formula V-766e double-spray coats. Surface preparation for the Vinyl Paint System will require white metal blast in accordance with SSPC SP 5. Quoin and Miter Surface Repair -- Resurface the quoin and miter surfaces on the lower 30-feet of the north miter gate leaf and the lower 60-feet of the quoin surface and the lower 30-feet of the miter surfaces on the south miter gate leaf. This work will consist of welding up the deficient areas and machining down the surfaces to remove defects and to restore the surface plates to their original thickness. Replace Wood Timber Fenders - Replace twenty (20) wood timber fenders and mounting hardware (bolts, washers, nuts) on the downstream side of the miter gate leaves. Fenders are approximately 7 quote mark x 12 quote mark x 27' long each. New wooden timbers will be provided as Government Furnished Material and shall be installed by the Contractor. Mounting hardware shall be provided by the Contractor. Temporary Removal of Cathodic Protection - To facilitate the coal tar removal, structural inspections, crack repairs, and repainting, remove the existing Impressed Current Cathodic Protection components from the downstream side of the miter gate leaves. Upon completion of the required repairs and repainting, reinstall the Cathodic Protection components. The contract requires completion of all work at the navigation lock within a finite work window, as stated above. Work must be completed within the specified work window in order to return the navigation lock to service in accordance with a coordinated Columbia/Snake River navigation system outage plan. 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. A qualified Fall Protection Competent Person shall be provided by the Contractor for each shift of the contractor's on-site operations that involves work that exposes workers to fall hazards. This contract will require the Contractor to furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. The Contractor will be responsible for various equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. 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 quote mark Construction Quality Management for Contractors quote mark 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 to the customer. Invitation for Bids No. W912EF-14-B-0017 will be posted to the FedBizOpps (FBO) website approximately 02 September 2014. Bids will be due no sooner than 30 calendar days after the solicitation is issued. See solicitation for details about bid opening. When issued the solicitation documents for this project will be available at https://www.fbo.gov The solicitation is 100% set-aside for small business concerns. The small business size standard for NAICS 237990 is no more than $36,500,000 in average annual receipts. Important Note: The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual bid opening date. The bid opening date and time will be contained in the solicitation and any solicitation amendments that are issued. A site visit will be offered generally within 2 weeks after the solicitation is issued. See solicitation for details about the site visit. Only ONE site visit will be offered. Access for Foreign Nationals. It takes from 2-4 weeks to obtain clearance for foreign nationals to enter the project site. If your company wishes to have a foreign national participate in the site visit for this project, you are strongly encouraged to submit the required identification immediately. To request clearance for foreign nationals, 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 9INS 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 Phyllis.L.Buerstatte@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site. No CDs or hard copies will be available by the Government. Downloads are available only through the FBO website. Bidders are responsible for checking the FBO website frequently 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 on 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 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-14-B-0017/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN03457870-W 20140810/140808235014-e8ef1c9fdc5ffc9ebbb3e7669ade4e11 (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.