Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
MODIFICATION

Z -- McNary Dam NavLock Upstream Unwater Sump System Upgrade

Notice Date
7/31/2020 3:12:06 PM
 
Notice Type
Solicitation
 
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
W912EF20B0017
 
Response Due
8/31/2020 2:00:00 PM
 
Archive Date
09/15/2020
 
Point of Contact
LeAnne R. Walling, Phone: 5095277230, Karlyn K. Holland, Phone: 5095277206
 
E-Mail Address
leanne.r.walling@usace.army.mil, Karlyn.K.Holland@usace.army.mil
(leanne.r.walling@usace.army.mil, Karlyn.K.Holland@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Construction project entitled: McNary Dam NavLock Upstream Unwater Sump System Upgrade The work is located at the McNary Dam, Umatilla, Oregon.� 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 237990 and the associated small business size standard is $39.5 M.� Competition for this solicitation is set-aside for small business concerns.� Solicitation number W912EF20B0017�is attached to this post with technical specifications and associated plans.�The proposal due date is contained in the solicitation. Scope of Work McNary Lock and Dam (McNary) is located on the Columbia River, near the town of Umatilla, Oregon.� The navigation lock is a critical piece of the infrastructure for river travel on the upper Columbia River and the Snake River.� The McNary navigation lock allows for passage of over 5 million tons of commodities on a yearly basis, raising transiting river traffic an average of 75 feet to Lake Wallula.� The navigation lock has been in service since 1954. McNary has two pump rooms in the navigation lock (navlock), one at the downstream and one at the upstream ends of the navlock.� Each pump room is designed to handle both unwatering of the lock fill/empty culverts, and drainage from gallery leakage. The proposed project will replace one unwatering pump (approx. 50 HP,� 1200 GPM) pump and three drainage pumps (approx. 7.5 HP, 250 GPM), along with re-routing inlet piping and outlet pumping (outlet pipe approx. 300 feet of 10-inch dia steel pipe).� Temporary Power and/or motor control centers maybe required for commissioning the new pumps. The project will also include an elevated structural floor (approx. 2 feet above existing concrete floor, and 250 square feet).� The pump room is located in the lower gallery of the NavLock , elev 241 (the top deck is at elev 361).� Access to the pump room is limited to a stairwell and vertical elevator shaft.� The freight elevator is not functional but the shaft can be used to lower supplies and materials.� Electrical controls and power to the pumps will be done by others and is not part of this contract 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� 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 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. Solicitation Number W912EF20B0017 will be posted to the beta.sam.gov in approximately on or around early July 2020. The solicitation is an Invitation for bid (IFB). Important Note:� The beta.sam.gov Contract Opportunities Response Date listed elsewhere in this synopsis is for beta.sam.gov archive purposes only.� It does not necessarily reflect the actual bid opening date.� There is no response date included in this notice. The bid due date and time will be contained in the solicitation and any solicitation amendments that are issued. A site visit details are included in the solicitation and other instructions for attendee sign up to attend.� See solicitation for specific details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 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 leanne.r.walling@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/6d3517c36d004042b40606e7f04fd511/view)
 
Place of Performance
Address: Umatilla, OR 97882, USA
Zip Code: 97882
Country: USA
 
Record
SN05741270-F 20200802/200731230143 (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.