Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SOLICITATION NOTICE

Y -- Dworshak Regulating Outlet Valve Upgrade

Notice Date
5/14/2020 4:05:46 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF20R0007
 
Archive Date
08/01/2020
 
Point of Contact
Karlyn K. Holland, Phone: 5095277206
 
E-Mail Address
Karlyn.K.Holland@usace.army.mil
(Karlyn.K.Holland@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SYNOPSIS: � Construction Project:� Dworshak Regulating Outlet (RO) Valve Upgrades The contract selection process will be conducted as a best value trade-off, as defined in FAR 15.101-1.� The resulting contract will be a firm fixed-price construction contract. 100% Performance and payment bonds will be required.� Estimated construction magnitude is between $5,000,000 and $10,000,000.��� Competition for this solicitation is set-aside for small business concerns.� Solicitation number W912EF20R0007 will be posted to the BetaSAM Contracting Opportunities website on or about June 2020. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. DESCRIPTION OF WORK: Dworshak Dam is located in central Idaho on the North Fork of the Clearwater River at 1.9 miles above the confluence with the Clearwater River. The dam is a straight axis concrete gravity dam with a maximum height of 717 ft. It is the third tallest dam in the United States. It was constructed between 1966 and 1972. Dworshak project has authorized purposes of hydropower and flood risk reduction. Normal outflows are made through three regulating outlet conduits that discharge into the spillway chute or through the three powerhouse turbines. Additional releases are made through the spillway, which is controlled by two Tainter gates. The successful offeror will be required to manufacture, supply materials and install upgrades to the Regulating Outlet Valves at Dworshak Dam. Three regulating outlet intakes (RO) were placed in the dam during original construction. The upstream intake openings are 22 ft. tall by 16 ft. wide at the face of the dam. These bell mouth intakes taper, once inside the dam, to approximately 12.5 ft. tall by 9 ft. wide at the tainter gate valve (approximately 30 ft. inside the dam).� The work to be performed will include either refurbishment and/or upgrade of all three ROs. �Presently each RO valve has two hydraulic cylinders for operation. The main operating cylinder has a stroke of 15 feet which raises or lowers the valve. A hydraulic eccentric cylinder is used to unseat or seat the valve whenever the valve is moved. These hydraulic cylinders are provided high pressure oil from a hydraulic power unit located in the equipment room which is isolated from the RO valve room by a water tight door. Access is limited to the valve room via the watertight door and an airshaft from the valve room to the top of the dam. Position of the RO valve is provided by linkage to a position sensor. The work will also include replacement of the eccentric cylinder and the valve lifting cylinder with cylinders that incorporate rod locks to prevent un-intentional motion. Replace the existing RO position indication system with a magneto-restrictive indication system built into the valve lifting cylinder. Replace the valve 18 inch wall support bearings and 23 inch eccentric bearings along with appurtenant seals and fasteners. Replace the valves controls both locally at the valve shaft and within the control room. Replace the hydraulic power units for the valves along with grease lubrication system. Also, the contractor will be required to perform patching of concrete and crack sealing on the concrete spillway below the valves. For RO Valve #3, new 36� diameter access shaft will need to be cut to realign the existing RO3 Vent/Access Shaft that is offset approximately 2 feet to the axis of the dam. A site visit will be offered approximately 2 weeks after the solicitation is posted.� The site-visit is HIGHLY recommended if a proposal is intended.� Refer to the solicitation for details.� 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 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. 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 required 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. Request for Proposal W912EF20R0007 will be posted to the BetaSAM website approximately June 2020. Proposals will be due no sooner than 30 calendar days after the solicitation is issued.� See solicitation for details about proposal requirements.� When issued, the solicitation documents for this project will be available at https://beta.sam.gov/.��� Important Note:� The Response Date listed elsewhere in this synopsis is for archive purposes only.� It may have no relationship to the actual response date.� The response date and time will be contained in the solicitation and any solicitation amendments that are issued. No CDs or hard copies will be available by the Government.� Downloads are available only through the Beta SAM website. Bidders are responsible for checking the Beta SAM 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. 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 karlyn.k.holland@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6f9a645cb43f42af8c0a679601f49190/view)
 
Place of Performance
Address: Ahsahka, ID 83520, USA
Zip Code: 83520
Country: USA
 
Record
SN05657667-F 20200516/200514230155 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.