Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

Z -- Ice Harbor Gantry Crane Controls Upgrade

Notice Date
2/27/2020 2:27:23 PM
 
Notice Type
Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20R0004
 
Response Due
4/2/2020 3:00:00 PM
 
Archive Date
05/08/2020
 
Point of Contact
Cynthia Jacobsen, Phone: 5095277203, Fax: 5095277802, LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802
 
E-Mail Address
cynthia.h.jacobsen@usace.army.mil, leanne.r.walling@usace.army.mil
(cynthia.h.jacobsen@usace.army.mil, leanne.r.walling@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Construction project entitled: Ice Harbor Gantry Crane Control Upgrade. �The work is located at the Ice Harbor Dam, Burbank, Washington.� This will be a firm fixed-price construction contract. Construction magnitude is estimated between $1,000,000 and $5,000,000.� 100% performance and payment bonds will be required. �The North American Industry Classification System (NAICS) code for this project is 238290 and the associated small business size standard is $16.5M. � Summary of Scope of Work: Ice Harbor currently has one 111-ton gantry crane that is located on the intake deck of the dam; the crane was installed in 1994.� As a critical piece of auxiliary equipment at Ice Harbor, the crane is used to deploy STS (submerged traveling screens) screens, handle intake gates and bulkheads, and clear debris from the penstock intakes (trash raking). This project will involve the replacement of crane function DC motors controls with AC motors and controls; addition of a crane radio remote control; replacement of the overhead trolley line conductor system with 4-pole (grounded) system; replacement of operation chair consoles; replacement of air winch tugger hoist system with electric motor tugger hoist system; replacement of hoist shear blocks; inspection and rehabilitation of speed reducers; conduct inspection, analysis, and load testing of �below the hook� lifting devices; and perform structural modifications to address fall protection (addition of guardrails and safety swing gates).� At the conclusion of on-site work, all affected crane functions will be operationally and load tested. The contract will require completion of all work within a finite work window.� The government estimates an�award of a contract�near the end of�April of 2020, with an approximate on-site installation work window of December 2020 through March 2021.� 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 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. A 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 requires that Contractor furnished mobile crane equipment, crane operators, and rigging equipment 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 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. Solicitation Number W912EF20R0004 will be posted to the betaSAM site approximately mid-February 2020. The solicitation is a Best Value Trade-Off Request for Proposal.� Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date.��Important Note:�The betaSAM Response Date listed elsewhere in this synopsis is for betaSAM archive purposes only.� It does not necessarily reflect the actual proposal closing date.� The bid closing date will be contained in the solicitation and any solicitation amendments that may be issued.�� A site visit will be offered approximately two weeks after the solicitation is made available to offerors.� See upcoming solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 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 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 (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�leanne.r.walling@usace.army.mil Foreign nationals must have received clearance prior to being granted access to the project site. When available, the solicitation documents for this project will be available via FedBizOpps.gov 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 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a7abfd9cf241493ca3bea0d11da7a7ba/view)
 
Place of Performance
Address: Burbank, WA 99323, USA
Zip Code: 99323
Country: USA
 
Record
SN05574435-F 20200229/200227230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.