Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

96 -- McNary Intake Bulkheads Replacement

Notice Date
4/7/2021 1:04:47 PM
 
Notice Type
Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Walla Walla Walla Walla WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF21B0011
 
Response Due
4/1/2021 11:00:00 AM
 
Archive Date
04/16/2021
 
Point of Contact
Karlyn Holland, Phone: 5095277206, Hillary Morgan, Phone: 5095277214
 
E-Mail Address
Karlyn.K.Holland@usace.army.mil, Hillary.a.morgan@usace.army.mil
(Karlyn.K.Holland@usace.army.mil, Hillary.a.morgan@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Bid opening results posted 04/02/2021 __________________________________ McNary Intake Bulkheads Replacement The USACE Walla Walla District has a requirement at McNary Lock and Dam in Umatilla County, OR for intake bulkhead replacement. Structural Summary: The new Intake Bulkheads are approximately 23 feet wide, 55 feet tall, 3 feet deep and weigh 140,000 lbs each. The contractor or their subcontractor responsible for fabrication shall be certified under American Institute Steel Construction (AISC) quality certification program with one of the following certifications: Major Bridge Fabricator (CBR), Certified Bridge Fabricator � Advanced (ABR), Certified Bridge Fabricator � Intermediate (IBR), or Certified Hydraulic Fabricator (HYD). In addition to the above required certifications the fabricator shall be certified with the Fracture Critical Endorsement (F). The Intake Bulkheads will be coated with System 3-A-Z (vinyl paint). The contractor or subcontractor performing painting shall be a certified with one of the certifications: Society for Protective Coatings (SSPC) QP 3 or AISC Sophisticated Paint Endorsement for shop applied coatings. Intake Bulkheads shall be delivered as complete units to McNary�s Intake Deck in a manner that will allow the Intake Gantry crane to handle the new Intake Bulkheads. Onsite assembly will not be permitted. Upon delivery of each Intake Bulkhead, Government personnel will install bulkheads in predetermined slots, and a leakage test will be performed. If unacceptable leakage occurs the Contractor will be required to perform seal adjustments onsite and another leakage test will be performed. Performance and payment bonds will be required for this project. The magnitude of the project estimated to be between $5,000,000 and $10,000,000. Solicitation documents for the Invitation for Bid No. W912EF21B0011 will be posted to the beta.SAM.gov website on or about the beginning of February 2021.� The bid due date will be contained in the solicitation and any solicitation amendments that may be used. � The solicitation is to be competed as a total small business set-aside. The small business size standard for NAICS Code 237990 and is no more than $39,500,000 in average annual receipts. A site visit will be offered approximately 2 weeks after the solicitation is posted.� Refer to the solicitation for details regarding the site visit.� Only one site visit is expected to be offered. Important Note: The response date listed elsewhere in this synopsis is for archive purposes only.� It has no relationship to the actual bid opening date. The bid opening date will be contained in the solicitation and any solicitation amendments that are issued. 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. The contractor will be required to perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures.� Prior to commencing on-site work, the contractor will be required to complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control.� 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. The solicitation documents for this project are available via beta.sam.gov. �NO CD's OR HARD COPIES WILL BE AVAILABLE. Bidders 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 beta.sam.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 beta.sam.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 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 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 Karlyn.K.Holland@usace.army.mil and Hillary.A.Morgan@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/7c29077e83e148cb8317ea965d7fbbc3/view)
 
Place of Performance
Address: Umatilla, OR 97882, USA
Zip Code: 97882
Country: USA
 
Record
SN05965470-F 20210409/210407230118 (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.