Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2015 FBO #5098
SOURCES SOUGHT

Z -- Lower Monumental Tainter Valve 4 Trunnion Hub Replacement

Notice Date
11/6/2015
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-16-R-SS09
 
Archive Date
11/16/2015
 
Point of Contact
Cynthia Jacobsen, Phone: 509-527-7203
 
E-Mail Address
cynthia.h.jacobsen@usace.army.mil
(cynthia.h.jacobsen@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking interested offerors for a construction contract titled: Lower Monumental Tainter Valve 4 Trunnion Hub Pin Replacement. The construction will occur at the Lower Monumental Dam in Franklin and Walla Walla Counties, Washington. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $100,000 and $250,000. A performance bond and an irrevocable letter of credit will be required. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $36,500,000. This sources-sought announcement is a tool to identify small businesses with the interest in and capability as well as 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 capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this scope, magnitude and complexity. 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 description of any previous projects that are similar or the same as the work detailed below. Please indicate any parts of the work described in the Summary of Work below that will be performed by a subcontractor. Indicate who the subcontractor is and their experience as well. B.) A list of references for each of the projects submitted in A.) above. Include the point of contact, title, 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 cynthia.h.jacobsen@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 2:00 PM Pacific Time on November 13, 2016. Summary of Scope of Work: The work described herein involves the replacement of the navigation lock tainter valve 4 trunnion hub pin. Background: The Lower Monumental Navigation Lock fill tainter valve measures approximately 12 feet wide by 16 feet tall by 19 feet long and weighs approximately 10 tons. The tainter valve is located approximately 150 feet below the roadway deck with an access hole approximately 16 feet by 12 feet. The valve pivots on two trunnions anchored to a concrete wall and is operated by a hydraulic cylinder and connecting rod. The tainter valve and parts are the original equipment installed when the lock was placed into service in 1969. Summary of Work: Work consists of removing the tainter valve trunnion existing pins, bushings, and misc. hardware and installing new Government furnished trunnion pins, bushings, and misc. hardware. Trunnion pins are 14 inch in diameter and weigh approximately 1350 pounds. Trunnion bushings are approximately 15.5 inch outer diameter and 14 inch inner diameter and weigh approximately 200 pounds. The contractor must have technical experience, labor, and physical means required for moving, jacking, and shoring of the existing navigational lock tainter valve; in addition to all machining work to be performed. Machine work will be required to provide proper class fits of new trunnion pins and bushings as well as interference fits between the bushings and trunnion hubs. Line boring will be required on the trunnions and trunnion bushings to ensure concentricity. Surveying and shoring of the tainter valve is required to set up the line bore to ensure proper tainter valve alignment. Any required welding to be performed for the above work must conform to American Welding Society (AWS) D1.1 - Structural Welding Code requirements. Accordingly, contractor welders shall pass the qualification tests prescribed by AWS D1.1 prior to performing work on this contract. Develop welding procedures in accordance with AWS D1.1 and provide the services of AWS D1.1 certified welding inspectors to conduct required non-destructive testing of new and repaired welds on the tainter valve. Complete all work at the navigation lock within a finite work window of 4 weeks, between April 1st to 30th, 2016. 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. Complete on-site work in close coordination with the Government lock and dam facility, and minimize outages and disruptions to operations. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage 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, 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 is 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 safety training from accredited safety training sources each year for the past 5 years. Provide a qualified Fall Protection Competent Person for each shift of the contractor's on-site operations that involves work that exposes workers to fall hazards. The Fall Protection Competent Person shall possess a minimum 2-years supervisory experience overseeing the use of fall protection equipment and systems. Furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. Furnish construction equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. Establish and manage an effective Contractor Quality Control Program 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 is 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 "Construction Quality Management for Contractors" within the last 5 years. The project involves 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-R-SS09/listing.html)
 
Place of Performance
Address: Lower Monumental Dam, 5520 Devils Canyon Rd, Kahlotus, Washington, 99335, United States
Zip Code: 99335
 
Record
SN03940940-W 20151108/151106234416-6bc0e22de05ceb8c3d2eb9ebe39599fc (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.