MODIFICATION
Z -- Ice Harbor Downstream Gate Sheave Shaft Installation
- Notice Date
- 9/25/2019
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, US 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
- W912EF19RSN05
- Archive Date
- 10/10/2019
- Point of Contact
- Cynthia Jacobsen, Phone: 509-527-7203, Jani C Long, Phone: 509-527-7209
- E-Mail Address
-
cynthia.h.jacobsen@usace.army.mil, jani.c.long@usace.army.mil
(cynthia.h.jacobsen@usace.army.mil, jani.c.long@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Walla Walla District intends to negotiate with and award a contract under the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1 and DFARS 206.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements to Knight Construction & Supply, Inc. This Request for Information/Sources Sought announcement is being issued as required by Defense Federal Acquisition Regulation Supplement (DFARS), Procedures, Guidance, and Information (PGI) 206.302-1(d). The contract is for replacement of damaged sheave shafts in the downstream navlock gate towers at Ice Harbor Dam near Burbank, Washington. Summary of Scope of Work: Knight Construction & Supply, Inc. successfully and expertly performed this identical work on contract W912EF-16-C-0010 in 2017 with government furnished sheave shafts. Currently, the sheave shafts are wearing and causing the sheaves to move closer to the tower walls, which will halt movement of the sheave and closure of the navlock if allowed to continue. Repair methods to stop the movement have not been successful. Therefore, new shafts designed to hold the sheaves in place are to be delivered mid-January 2020, and will need to be installed, bearings will need to be replaced and roof hatches will need to be removed and new roof hatch covers put into place. The work covered in this contract will include the expertise and specially engineered equipment to lift the sheave halves and hold the wire cables out of the way without damaging them in order to install the shafts. Work also includes performing the critical fit dimensions between the shaft and sheave and shaft and bearings, which will need to be measured with the sheave disassembled and the shaft machined to match. The work on the sheave must be completed within a four week time period to coincide with a navigation lock maintenance outage period in March of 2020. The contract will include the requirement for the contractor to 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. This notice is not a request for competitive proposal. Any interested party with capabilities to fulfill this requirement shall provide their organization name, address, point of contact, phone number, email address, business size, DUNS number, CAGE code, and capabilities to Cynthia Jacobsen, Contract Specialist and Jani Long, Contracting Officer via email to cynthia.h.jacobsen@usace.army.mil. and jani.c.long@usace.army.mil Your response to this notice must be received on or before 2:00PM on 04 October, 2019. All timely responses submitted will be considered by the Government as part of its market research and subsequent acquisition strategy decisions. A determination by the Government not to compete this requirement based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF19RSN05/listing.html)
- Place of Performance
- Address: 201 N 3rd, Walla Walla, Washington, 99362, United States
- Zip Code: 99362
- Zip Code: 99362
- Record
- SN05458897-W 20190927/190925231054-091e672490c7c389b1ec3624dbaa6832 (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 |