Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOURCES SOUGHT

99 -- Little Goose Dam & Lower Monumental Dam Drainage and Unwatering Pumps Systems Replacement

Notice Date
4/15/2016
 
Notice Type
Sources Sought
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
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-SS32
 
Archive Date
5/17/2016
 
Point of Contact
Kent R. Bernard, Phone: 5095277205
 
E-Mail Address
kent.r.bernard@usace.army.mil
(kent.r.bernard@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Little Goose Dam & Lower Monumental Dam Drainage and Unwatering Pumps Systems Replacement Sources Sought Notice: W912EF-16-R-SS32 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a supply with construction project entitled: Little Goose Dam & Lower Monumental Drainage and Unwatering Pumps Systems Replacement. The work is located at the Little Goose Lock & Dam in Columbia County, Washington and Lower Monumental Lock & Dam in Walla Walla County. This will be a firm-fixed-price Supply with Construction Installation contract. The North American Industry Classification System (NAICS) codes for this project are 333911 and the associated small business size standard is 750 employees. 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 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, performance period, 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, phone number and email address for each reference. 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. G) Walla Walla District intends to consolidate both subject projects under one contract. If you are a small business and don't have the capability to support the consolidation of these two projects please provide your rational as applicable to why these projects should not be consolidated. Submit this information to Kent Bernard, Contract Specialist, via email to Kent.R.Bernard@usace.army.mil. Your response to this notice must be received on or before 2:00PM PST on 02 May, 2016. Summary of Scope of Work: The work consists of the following major elements: Provide all plant, labor, equipment, materials and incidentals to supply and install two 350 HP, 4160V, 3 phase unwatering pumps and two 250 HP, 480V, 3 phase drainage pumps at Little Goose Dam and two 300 HP, 4160V, 3 phase and one 150 HP, 480V, 3 phase unwatering pumps and two 150 HP, 480V, 3 phase drainage pumps at Lower Monumental Dam. Work will include replacing valves and discharge piping in addition to furnishing and installing 480V motor control centers (MCC) including new cabling, conduit, switchgear, and variable frequency drives as specified in the plans and specifications. At Lower Monumental Dam work will consist of supply and installation of an oil water separation belt skimmer system. As part of the oil water separator project, it will be necessary to extend drain piping in the drainage sump and install baffling to help keep the water in the sump still. The contract will require completion of all work within finite work windows. Work must be coordinated to minimize the interruption to the drainage and unwatering systems as well as ancillary services within the powerhouse. The contractor must be able to staff (supervision and labor) and provide on-site physical plant to support multiple daily work shifts to meet the requirements of the aggressive construction schedule constraints. 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 operate Government furnished bridge crane or 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 performing diving operations in accordance with the latest edition of the US Army Corps of Engineers Safety and Health Requirements Manual EM 385-1-1, Section 30: DIVING OPERATIONS in accordance with Clause ACCIDENT PREVENTION (52.236-13), Walla Walla District's Safety Manual NWW OM 385-1-1 (Appendix I), and elements of the following references: 29 CFR 1910, Subpart T and the latest edition of NAVSEA SS521-AG-PRO-010 U.S. Navy Diving Manual, Volume 1 inclusive of all other references listed therein. 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 five 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 five 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 and Operations & Maintenance manuals to the customer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-R-SS32/listing.html)
 
Place of Performance
Address: Little Goose Lock and Dam & Lower Monumental Lock and Dam, United States
 
Record
SN04085969-W 20160417/160415234627-9701bb44ae5f3f5455b295d78bf2f1e3 (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.