Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2015 FBO #4793
SOURCES SOUGHT

Z -- Ice Harbor North Non-Overflow Elevator Upgrade

Notice Date
1/6/2015
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-15-R-SS16
 
Response Due
1/13/2015
 
Archive Date
3/7/2015
 
Point of Contact
Connie Cochran, 509-527-7216
 
E-Mail Address
USACE District, Walla Walla
(yi.cochran@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice: W912EF-15-R-SS16 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction contract titled: Ice Harbor North Non-Overflow Elevator Upgrade. The work will be done at Ice Harbor Lock and Dam (Franklin County, Washington). This will be a firm-fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 238290 and the associated small business size standard is $15M. Magnitude of Construction is estimated to be between $250,000.00 and $500,000.00. This sources-sought announcement is a tool to identify businesses with the capability and technical experience 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. A.)A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, the dollar value and the completion date. 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. B.)A reference list for each of the projects submitted in A) above. Include the name, title, current phone number and email address. C.)Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. D.)Provide a statement that your firm intends to submit an offer on the project when it is advertised. E.)Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F.)Cage Code and DUNS number. Submit this information to yi.cochran@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 4:00 PM Pacific Daylight Time on January 13, 2015. Summary of Scope of Work: Work is to upgrade one (1) elevator located in the North Non-Overflow Spillway at Ice Harbor Dam. Upgrading includes: Installation of new elevator systems and equipment to replace the old systems and equipment. Existing features to be replaced include, but are not limited to: the hoist motor (including DC motor generator set); the hoist gear box; elevator brakes; hoist way ropes, wedge sockets and shackle rods; rope brake; rope deflector sheaves; speed governor; elevator car and counterweight guide rail shoes; elevator car safeties; counterweight and cable compensation chains; elevator car gates; elevator car flooring; oil buffers for the elevator car and counterweights; and elevator electrical systems and wiring including all traveling elevator car power and communications cabling, disconnect switches, motor feeders elevator car lighting and all associated controls including controller cabinets. New hinged hoist way doors to replace existing hoist way doors that have rusted out. The elevator car to be provided with new operating controls, handrails, communications devices, and new hall call stations at each floor landing. 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. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-15-R-SS16/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN03609065-W 20150108/150106234137-70c2043f41e60aa1d5f350e6e04effaa (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.