SOURCES SOUGHT
Z -- Little Goose Fish Ladder Cooling – Permanent Power
- Notice Date
- 10/12/2016
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- 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-17-R-SS02
- Archive Date
- 11/5/2016
- Point of Contact
- Hillary A. Morgan, Phone: 5095277214
- E-Mail Address
-
hillary.a.morgan@usace.army.mil
(hillary.a.morgan@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Little Goose Fish Ladder Cooling - Permanent Power. The work is located at the Little Goose Lock & Dam near Dayton, Washington. This will be a firm-fixed-price construction contract with an expected period of performance of six month in duration. The government expects to award a contract in January 2017. The North American Industry Classification System (NAICS) code for this project is 238210, Electrical Contractors and Other Wiring Installation Contractors and the associated small business size standard is $15,000,000.00. Construction magnitude is estimated between $100,000 and $250,000 and 100% performance and payment bonds will be required. 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, 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 regarding features of the scope of work your firm's business would sub-contract, and approximate percentage of the project that would be sub-contracted. E) Provide a statement that your firm intends to submit an offer on the project when it is advertised. F) Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. G) Cage Code and DUNS number. Submit this information to Hillary Morgan, Contract Specialist, via email to Hillary.A.Morgan@usacea.army.mil. Your response to this notice must be received on or before 10:00 AM on Friday, October 21, 2016. Summary of Scope of Work: The proposed project will involve installation of a permanent power source for a 300-HP pump motor located in the forebay of Little Goose Dam, near the fish ladder exit. The power source must allow the pump to run continuously from 1 July through approximately 30 September each year. The proposed power source will draw power from Units 1 through 4 via T01 and XJ07. This work would include tapping the feeder at the sectionalizing cabinet in the upstream navigation lock substation room for LSP2, installing a fused disconnect, step-down transformer, and motor starter in that room, route a conduit approximately 50 feet to the vicinity of the fish ladder exit. 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 "Construction Quality Management for Contractors" 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. Contracting Office Address: Attn: CENWW-CT / 201 North 3rd Avenue / Walla Walla, Washington 99362-1876 Place of Performance: USACE - Little Goose Lock and Dam / 1001 Little Goose Dam Rd. / Dayton, WA 99328-8602 Primary Point of Contact: Hillary Morgan / Contract Specialist / Hillary.A.Morgan@usace.army.mil / Phone: 509-527-7214
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-17-R-SS02/listing.html)
- Record
- SN04302095-W 20161014/161012234511-42fb27815939117eb1d7bf0757edb66d (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 |