Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2017 FBO #5767
SOLICITATION NOTICE

Z -- Lower Granite Adult Fishway Entrances NSE-3 and NPE-3 Closures

Notice Date
9/5/2017
 
Notice Type
Presolicitation
 
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
W912EF17B0016
 
Archive Date
11/4/2017
 
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
Total Small Business
 
Description
SYNOPSIS: Construction Project: Lower Granite Adult Fishway Entrances NSE-3 and NPE-3 Closures This will be a firm fixed-price construction contract located at Lower Granite Dam, Pomeroy, WA. Estimated construction magnitude is between $250,000 and $500,000. Performance and payment bonds (100%) will be required. NAICS is 237990 Other Heavy and Civil Engineering Construction - $36.5 MIL in annual receipts. See up-coming solicitation, W912EF17B0016 Lower Granite Adult Fishway Entrances NSE-3 and NPE-3 Closures, for details. DESCRIPTION OF WORK: Adult Fishway Entrances NSE-3 and NPE-3 identified on the attached drawing will be permanently sealed with reinforced self-consolidating concrete at Lower Granite Dam. These openings are side entrances to the adult ladder that are no longer used. The two entrances are partially under water so it is expected these areas will require dewatering to facilitate installation of concrete steel reinforcement and concrete. The steel reinforcement and anchorage requirements will be provided by the Government. The Contractor will be responsible for removing and disposing of the existing composite concrete/steel bulkheads located at the NSE-3 and NPE-3 locations. The Contractor will be responsible for designing, fabricating and installing, removing two steel bulkheads necessary to dewater the NSE-3 and NPE-3 entrances using the Government provided load cases stated in the upcoming solicitation. The maximum head on the gates, due to concrete loading, is 28 feet. The opening the bulkheads are to be placed over is approximately 7 feet wide by 12 feet high. The bulkheads will consist of bolted connections (no weld connections) and the Contractor is responsible for anchoring the bulkheads to the entrances using divers. After the concrete has cured sufficiently, the Contractor will restore the areas of work to the original condition. This will include the removal of concrete forms and other construction related items. Concrete anchorage used to facilitate construction shall be cut off, 1.5 inches of anchor removed below the surface of the concrete and hand packed with non-shrink grout. Stainless steel anchors do not require removal of anchor material below the concrete surface and can be cut flush with the concrete. The work for this contract has to be completed during the corresponding fish ladder outage. There are no spillway flows anticipated during this time. It is the Contractor's responsibility to devise the means and methods regarding the transportation of concrete to the necessary locations and subsequent placement. 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 OSHA and State Regulations, EM 385-1-1, and ASSE/SAFE Z359. 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. Invitation for Bids No. W912EF17B0016 will be posted to the FedBizOpps (FBO) website approximately around mid to late September 2017. 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. 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. The site-visit is HIGHLY recommended if a bid is intended. See solicitation for details about the site visit. Only ONE site visit will be offered. Access for Foreign Nationals. It takes 4-5 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 cynthia.h.jacobsen@usace.army.mil and jani.c.long@usace.armymil. 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. IAW FAR 52.232-18 Funds are not presently available for this acquisition. No contract award will be made until funds are made available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF17B0016/listing.html)
 
Place of Performance
Address: Lower Granite Dam, 805 Almota Ferry Rd., Pomeroy, Washington, 99347, United States
Zip Code: 99347
 
Record
SN04661899-W 20170907/170905232134-72b328c14bc2d4a1b774ac7285d8c3da (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.