Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2023 SAM #7885
SOLICITATION NOTICE

Y -- MNA Levee Drainage Pumps

Notice Date
6/28/2023 4:33:00 PM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF23B0002
 
Response Due
6/30/2023 5:00:00 PM
 
Archive Date
07/15/2023
 
Point of Contact
LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802, Chandra D. Crow, Phone: 5095277202
 
E-Mail Address
leanne.r.walling@usace.army.mil, chandra.d.crow@usace.army.mil
(leanne.r.walling@usace.army.mil, chandra.d.crow@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
6/28/2023: Consolidation Notice Posted ~ See added attachment titled:�MNA Levee Drainage Pumps -Memo for Recorsd Consoidation Notice. ______________________________________ Construction project entitled: McNary Levee Drainage Pumps The work is located at the McNary Dam, Umatilla, Oregon.� This will be a firm fixed-price construction contract. Construction magnitude is estimated between $25,000,000 and $100,000,000.� 100% performance and payment bonds will be required.� The North American Industry Classification System (NAICS) code for this project is 237110 Water & Sewer line and related structure construction. The associated small business size standard is $45 million. This will be a firm fixed price � Five-year construction Requirements contract for the Walla Walla District. This solicitation is set-aside for 100% small business.� Solicitation number W912EF23B0002 will be posted to the SAM.gov Contract Opportunities website on or about 30 June 2023.� The proposal due date will be contained in the solicitation and any solicitation amendments that may be issued. Scope of Work: McNary Lock and Dam is located on the Columbia River, near the town of Umatilla, Oregon. The requirement is for the rehabilitation of eleven (11) Levee Pump Stations in the Tri-cities and Finley Washington Area managed by Tri-River Natural Resource Office (Pasco, WA) for McNary Lock and Dam. The work shall consist of the following: maintaining pumping plant operation while construction activities are underway at seven (7) pump stations through temporary power (by temporary power skid) and temporary water conveyance, demolition and replacement of Pumps/Motors and Motor Control Centers for ten (10) of the eleven (11) Pump Stations along with a single pump/motor/siphon breaker addition at two (2) of the eleven (11) pump stations, excavation and demo of two 24 inch culverts and replacement with a new inside dimension 8 feet wide by 5 feet tall box culvert highway rated, addition of a discharge pipe line from an existing pump station to existing levee crest discharge line, addition of an ultra-sonic water level sensor as a secondary control of pumping operation for ten (10) pump stations, demo of an existing fuel storage tank and fuel supply lines, demo and replacement of debris booms, Mechanical Trash Rakes for seven (7) of the eleven (11) along with three (3) of the seven (7) having debris conveyor belt system, Manual Slide Gates at three (3) and Electric Slide Gates at Seven (7), demo of rubber seals around three bulkheads and replacement with new seals (bottom seals to be larger to improve sealing on intake sill) along with the addition of two filling valves on one (1) of the three (3) bulkheads. Conversion of incoming power supply lines from overhead to underground at seven (7) of the eleven (11) pump stations. The rehabilitation shall provide for the capability of backup power to all eleven (11) pump stations and the Contractor shall provide two Generator Sets (GenSet) rated at 500KVA to facilitate backup power testing at each station. Security fencing shall be added to nine (9) of the eleven (11) pump station along with fencing modification to two (2) of the eleven (11). Training shall be provided by the contractor upon the completion of the scope of work for each pump stations. Anticipated Solicitation near or on 30 June 2023 Anticipated award Mid-August 2023 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 W912EF23B0002 will be posted to the SAM.gov approximately on or around late June 2023. The solicitation is an Invitation for bid (IFB). Important Note:� The SAM.gov Contract Opportunities Response Date listed elsewhere in this synopsis is for 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 will be offered approximately 1� -2 weeks after the solicitation is made available to offerors.� See solicitation for 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. When available, the solicitation documents for this project will be available via SAM.gov https://www.sam.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 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 SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/43f0f567245f4d45a94fc7bd73974c25/view)
 
Place of Performance
Address: Umatilla, OR 97882, USA
Zip Code: 97882
Country: USA
 
Record
SN06730655-F 20230630/230629060347 (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.