Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOURCES SOUGHT

Y -- McNary Unit 6 Emergency Intake Gate Prototype Ledger Beam Cut

Notice Date
12/15/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-12-R-SS03
 
Response Due
12/27/2011
 
Archive Date
2/25/2012
 
Point of Contact
Elaine M. Vandiver, 509-527-7221
 
E-Mail Address
USACE District, Walla Walla
(elaine.m.vandiver@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: McNary Unit 6 Emergency Intake Gate Prototype Ledger Beam Cut. The work is located at the McNary Lock and Dam located in Benton, Washington and Umatilla County, Oregon. This will be a firm-fixed-price construction contract. Construction magnitude is between $750,000 and $1,250,000, and 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 $33,500,000. 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 who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. 1) A list of current 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 your firm accomplished, your firm's role in the project, the dollar value and the completion date (or projected completion date). 2) A reference list for each of the projects submitted in #1 above. Include the name, title, phone number and email address. 3) Provide a statement that your firm employs a Quality Control Manager and a Site Safety and Health Officer who meet the minimum requirements in the Statement of Work. 4) Provide a statement of your firm's bonding capacity. 5) Provide a statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), woman-owned). 6) Provide your firm's Cage Code and DUNS number. Submit this information to Elaine Vandiver, Contract Specialist, via email to Elaine.M.Vandiver@usace.army.mil. Your response to this notice must be received on or before 12:00PM on December 27, 2011. Summary of Scope of Work: Background: Fish screens were installed at hydroelectric projects to divert migrating salmon from operating turbines and into bypass facilities. To increase the fish guidance efficiencies of the screens, intake gates have been raised from their normal stored operating position and dogged near deck levels. This has required the gates to be disengaged from hydraulic operating systems and in most cases required hydraulic cylinders to be removed, which prevents rapid closure of turbine intake emergency headgates. Description of work: 1) Concrete work: Saw cut and removal of portions of steel reinforced concrete ledger beams in three intake bays of a single turbine unit. Turbine unit to be dewatered by the Government. Ledger beams to be overcut, epoxy anchors installed, reinforcing steel installed, concrete formwork installed and concrete poured to final finish dimensions. Access to the ledger beams is limited. Access will be from the intake deck at the top of the dam. The top of the ledger beams are about 85 feet below the intake deck level and 54 feet above the floor of the intake. The ledger beams are approximately 8 feet high by 20 feet wide by 7.5 feet thick. About 2.75 feet will be removed from the vertical face. The work will likely require a mobile crane with man baskets for access of personnel and equipment. Concrete removed must be captured and lifted to the intake deck for appropriate disposal by the contractor. 2) Metal Work: Three Vertical Barrier Fish screens (VBS) are installed and sit on the ledger beams, from top of beams to the intake deck (about 65 feet in length and 20 feet in width). These screens are composed of a steel framework, nylon mesh, stainless steel wedge wire and panels of solid and perforated steel plate. The three Vertical Barrier Fish screens will be removed from the intakes by the contractor and refurbished with a new configuration of perforated steel plate and solid panels. The Corps will reinstall the VBS's following modification to verify proper fit. General: A 2.75 foot portion of the ledger beam between the bulkhead slot and the intake gate slot must be removed to allow the intake gate to be kept in their original open position. To accomplish this, tasks for an upcoming contract will include: 1) Remove flow deflector plates. 2) Core drill concrete to install anchors for handling sections of concrete removed. 3) Rig the wire saw and cut out sections of ledger beam for removal (3 bays) while supporting each piece with a crane. 4) Dispose of concrete and flow deflectors. 5) Core drill concrete on the new downstream face of the ledger beam. 6) Install dowels for anchoring the new concrete facing. 7) Install forms and place new concrete face (3 bays). 8) Removal, metal fabrication and installation of the VBS porosity plates (total quantity of 3) The contract activities will require the Corps to operate McNary Crane 5 to install the emergency bulkhead in the bay where the ledger beam is being modified, lift/lower the emergency intake gates, and remove/reinstall VBSs. The contractor must provide a crane and operator for use during the contract period to remove concrete pieces. Anticipated contract period will be September through December 2012. Safety will be a concern with crane lifts of heavy items; potentially icy conditions; and work over water and near forebay intake gates. Therefore, the contractor will be required to provide a Quality Control Manager and Site Safety and Health Officer. The personnel assigned to those positions must meet the following requirements. The Quality Control Manager must have a minimum of 5 years experience on similar projects requiring over-water work and must have completed the "Construction Quality Management for Contractors" course within the last 5 years. The Site Safety and Health Officer must have: a minimum of 5 years safety work experience on similar projects; completed of the 30-hour OSHA construction safety class or equivalent within the last 5 years; and completed an average of at least 24 hours of formal safety training each year for the past 5 years. Crane operators shall be designated as qualified by a source that qualifies crane operators (i.e., union, a government agency, or and organization that tests and qualifies crane operators). Each operator shall have had at least two (2) years experience on a bridge crane of equivalent capacity and characteristics. The contractor's crane requires certification and on-site demonstration to lift 110% of the maximum load to be lifted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-R-SS03/listing.html)
 
Place of Performance
Address: McNary Dam 82790 Devore Road Umatilla OR
Zip Code: 97882
 
Record
SN02640339-W 20111217/111215234903-782ce0c2770a1be9cfa55e5368a7f887 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.