Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2018 FBO #6084
SOLICITATION NOTICE

Z -- Mill Creek Division Works Needle Gate Replacement

Notice Date
7/19/2018
 
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
W912EF18Q0105
 
Archive Date
9/7/2018
 
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
Construction project entitled: Mill Creek Needle Gate Replacement. Construction magnitude is estimated to be between $100,000 and $250,000. Payment bonds 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. Solicitation is 100% Total Small Business. Summary of Scope of Work The USACE Walla Walla District has a requirement at the Division Works of the Mill Creek Project. The existing needle gates are made of wooden slats laid vertically at an angle and secured in place against the road bridge. There is currently an electrical conduit that is mounted under the bridge that passes through a hole in the needle gates. An amount of silt and debris has accumulated in the basin downstream of the needle gates and accompanying radial gate. The replacement effort involves removal and disposal offsite of the existing wooden slats, and removal and disposal offsite of up to 20 cubic yards of material from the downstream basin. After the debris is removed, the banks immediately adjacent to the structure would be re-graded to 2:1 slope to prevent erosion. Three new runs of electrical conduit will be installed under the road (approximately 60 feet), with one run being used to re-route the existing electrical power line that currently routes under the bridge. The new electrical power line will be reconnected on both ends. The needle gates will be replaced with three new precast concrete panels at one foot thick, one of which is no larger than 16 feet by 8 feet, the other two of which are no larger than 6 feet by 8 feet. The panels will be lifted into place vertically and secured at top and bottom. The larger panel will be grouted in place to create a watertight seal, while the smaller panels will have rubber seals. A new painted steel bulkhead made of 3x3x1/4" HSS tubing and 1/4" skin plate will be fabricated and mounted between the two smaller concrete panels. The steel bulkhead will be no larger than 5 feet by 8 feet, and will be painted with a vinyl paint system for submerged conditions. The steel bulkhead will contain a combination sluice and weir gate, with the weir gate made of two telescoping leaves. The seals and rub-blocks will be made of UHMW, and the combination sluice and weir gate will be made of stainless steel. The combination gate will cover an opening no larger than 2 feet by 5 feet, and will have two manual bevel operators with hand-wheels, one to control the sluice section, and one to control the weir leaves. The steel bulkhead with the assembled and mounted combination gate will be lifted into place vertically and secured at top and bottom and to the concrete panels on both sides. Solicitation number W912EF18Q0105 will be posted to the Federal Business Opportunities (FBO) website early August 2018. The solicitation is a Request for Quote (RFQ). Quote due date will be contained in the solicitation and any solicitation amendments that may be used. When issued, the solicitation documents for this project will be available at https://www.fbo.gov. Place of Performance is at the Mill Creek Division Works located in the town of Walla Walla, Washington, within Walla Walla County, Washington. A site visit will be offered approximately 1 week after the solicitation is posted. The site-visit is HIGHLY recommended if quote is intended. Refer to the solicitation for details regarding the site visit. Only ONE site visit will be offered. 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 required 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. 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 of 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 Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. Important Note: The FBO response date listed elsewhere in this synopsis is for the FedBizOpps archive purposes only. It has no relationship to the actual proposal submission date. The proposal submission date will be contained in the solicitation and any solicitation amendments that are issued. When issued, the solicitation documents for this project will be available via FedBizOpps.gov or https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.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 on FedBizOpps.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 5 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have 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 (INS 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 Julie.m.morris@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18Q0105/listing.html)
 
Place of Performance
Address: Mill Creek Division Works, 3211 Reservoir Road, Walla Walla, Washington, 99362, United States
Zip Code: 99362
 
Record
SN04998464-W 20180721/180719230857-b8fe178ab3dbd61c4bb9f214b20f5322 (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.