Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
MODIFICATION

Z -- Sources Sought for McNary Collection Channel Permanent Bulkheads

Notice Date
2/8/2012
 
Notice Type
Modification/Amendment
 
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-SS15
 
Response Due
2/21/2012
 
Archive Date
4/21/2012
 
Point of Contact
Jean DesJarlais, 509-527-7222
 
E-Mail Address
USACE District, Walla Walla
(jean.j.desjarlais@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled, McNary Juvenile Collection Channel Permanent Bulkheads. The work is located at McNary Dam near Umatilla, OR. This will be a firm-fixed-price construction contract. Construction magnitude is between $500,000 and $1,000,000. 100% Performance and payment bonds will be required. The period of performance is approximately 4-5 months, but any in-water work must be started and completed between Late December, 2013 and Early March 2013 (Tentative). The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $33,500,000.00. This sources-sought announcement is being issued to identify small business concerns with the capability to accomplish the work. This is not a solicitation. Only those firms responding to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please provide the following: 1) A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work and construction magnitude. Include a point of contact name, phone number and email address. 4) A statement of your firm's bonding capacity. 5) A statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), small business). Submit this information to Jean Desjarlais, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or via email to jean.j.desjarlais@usace.army.mil. Your response to this notice must be received, in writing, on or before 4:00PM (local time) on February 21, 2012. Scope of work is as follows: The purpose of this project is to replace three steel regulating weirs at McNary Dam with permanent concrete bulkheads. The permanent bulkheads will consist of 6 precast bulkheads (approximately 20' wide x 10' high x 1.5' thick), 2 bulkheads per each of the 3 slots. The work area will need to be dewatered prior to removing the existing steel regulating weirs and placing the new bulkheads. The area will be dewatered using a Contractor-fabricated temporary steel bulkhead (approximately 20' wide x 15' high x 1' thick). USACE will require the Contractor to install the temporary bulkhead WITHOUT diving support. After the area is dewatered, the existing steel regulating weirs will be replaced with the new precast concrete bulkheads, which will then be permanently grouted in place. The final portion of the contract will be to install Contractor-fabricated metal debris shield from the intake deck down to the top of the permanent bulkheads (approximately 20' wide x 12' high x 4" thick). The Contractor will be required to provide all crane support, rigging, and equipment necessary to do all construction work. Except as otherwise allowed, specified, or supplemented by this specification, all precast concrete and related work shall conform to the requirements of PCI MNL-116, Manual for Quality Control for Plants and Production of Precast Prestressed Concrete Products and to the requirements of SECTION 03 30 00.00 28, CAST-IN-PLACE CONCRETE. The precast members shall be manufactured in a PCI-certified off-site facility normally engaged in commercial precast concrete manufacturing of such members. Welding operators, welders, and tack welders shall be qualified for the particular type of work to be done. Qualification shall be in accordance with AWS D1.1/D1.1M. Welders and welding operators shall pass the qualification tests prescribed by AWS D1.1/D1.1M within 12 months prior to performing work on this contract. The qualifications shall be submitted on Form N-4, Annex N of AWS D1.1/D1.1M. The welder or welding operator shall be required to repeat the qualifying tests when, in the opinion of the Contracting Officer, their work indicates a reasonable doubt as to their proficiency. Certification shall be submitted for those passing the test and upon approval, they shall be considered qualified. Those not passing shall be disqualified until passing. All expenses in connection with qualification or re-qualification shall be borne by the Contractor. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, which can be found online at http://www.usace.army.mil/CESO/Pages/EM385-1-1,2008NEW!.aspx located at US Army Corps of Engineers homepage.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-12-R-SS15/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02670569-W 20120210/120208235122-c4ba6e40597bb6e9fdff30ff741128bb (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  © 1994-2020, Loren Data Corp.