Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 28, 2023 SAM #7913
SOURCES SOUGHT

Z -- MNA - Spillway Gate Hoists Repairs

Notice Date
7/26/2023 12:31:25 PM
 
Notice Type
Sources Sought
 
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
W912EF23RSS34
 
Response Due
8/28/2023 4:00:00 PM
 
Archive Date
09/12/2023
 
Point of Contact
Chandra D. Crow, Phone: 5095277202
 
E-Mail Address
chandra.d.crow@usace.army.mil
(chandra.d.crow@usace.army.mil)
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources for a Design / Build (D/B) project entitled: McNary Spillway Hoist Replacement.�The work is located at Devore Road in Umatilla, Oregon.� The resulting D/B contract will be a firm fixed-price construction contract.� The magnitude of construction is estimated to be between $1,000,000 and $5,000,000. Performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $45 million.� This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work.�THIS IS NOT A SOLICITATION.�Only those firms that respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement.� A list of no more than three current projects at least 50% physically complete or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work.� For each project submitted, provide a brief narrative statement of the work involved, your firm�s role in the project, the dollar value and the completion date. A reference list for each of the projects submitted in item 1. above.� Include the name, title, phone number and email address for each reference. Provide a statement of your firm�s business size (HUBZone, Service-Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.� Provide a statement that your firm intends to submit an offer on the project when it is advertised. Provide a statement of your firm�s bonding capacity.� A statement from your surety is NOT required. Cage Code and DUNS number. Submit this information to Chandra Crow, Contract Specialist, via email to Chandra.d.crow@usace.army.mil. Your response to this notice must be received on or before 4:00 pm Pacific Time on Monday, August 28, 2023.� Summary of Scope of Work: The scope of work for the contract includes the completion of Design and Replacement of a single Spillway Gate Hoist to the specified operating safe working load of 700 Kips. The Spillway Hoist is utilized to lift a single Spillway Gate comprised of an upper and lower leaf. The overall dimensions of the Spillway Gate are: Width 52 feet - 9 �� inches, and height 51 feet - 9 �� inches (Upper Gate Leaf height 27 feet - 3 inches, Lower Gate Leaf height 24 feet - 6 �� inches). The hoist replacement work shall focus on providing a structural frame for the hoist and providing the electrical / mechanical components to meet the hoist operational specifications. The detail work shall consist of the following. Design Completion of New Spillway Gate Hoist: Lifting Beam, Hoist Support Frame and Hoist. Fabrication: New Hoist Lifting Beam. New Hoist Structural Support Frame. New Hoist Lifting Equipment: Brake, Drums, Gear Boxes, Motor, Sheaves (upper & Lower), & Wire Ropes. Power requirement: Main Disconnect and Main Circuit breaker at Hoist. Power receptacles are rated 60 amps, 3 wire, and 4 pole. �15-HP Motor with full-voltage reversing starters. Controls: Local controls shall use a PLC without relay-type backup controls. Adequate environmental protection shall be provided for the PLC against heat, moisture, and contamination. The electronic equipment is expected to last 30 years or more. The local control operator interface at the Hoist shall remain identical with the following exceptions that shall be added: 1. Numeric display to show the spillway gate position. 2. The keyed selector switch with a 4th position for maintenance mode. 3. An emergency stop button. 4. A warning strobe light and sounder. 5. An alarm lamp. The New Spillway Gate Hoist shall undergo testing when delivered and install at McNary Lock & Dam. Spillway Gate Hoist Testing- Dry and Wet (the new hoist shall lift a Spillway Gate under �no� water loading-dry and lift a Spillway Gate under water loading-wet). The Spillway Gate Hoist shall be place over the appropriate Spillway Bay by the Government when delivered to McNary Lock & Dam and Testing to commence later. �The Contractor shall be required to provide the Government with a four-week notice of Hoist delivery to the site.� Contractor storage and staging area will be made available - North Shore McNary Lock & Dam footprint,� within the North Shore level ground area, within security fencing area-just downstream of the upper roadway. Additionally, a loading and unloading area (for equipment) will be made available just in front of the storage and staging area. 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.� Establish and manage 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 is 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. Use the Government-furnished Resident Management System (RMS) � Contractor Mode to record, maintain, and submit various information throughout the contract period. RMS is a Windows-based program capable of operating on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor at time of notice to proceed. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a3a9462f9d05413fbd4d255052812f42/view)
 
Place of Performance
Address: Umatilla, OR 97882, USA
Zip Code: 97882
Country: USA
 
Record
SN06765400-F 20230728/230726230054 (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.