Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOURCES SOUGHT

Z -- Lucky PeakRoller Chain Install

Notice Date
1/26/2016
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-16-R-SS23
 
Archive Date
2/9/2017
 
Point of Contact
Cristina A Vega, Phone: 5095277231
 
E-Mail Address
cristina.a.vega@usace.army.mil
(cristina.a.vega@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction contract titled: Lucky Peak Roller Chain Installation. The work will be done at Lucky Peak (Boise, Idaho). This will be a firm-fixed-price construction contract. 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 $36.5M. Magnitude of Construction is estimated to be between $25,000 and $100,000.00. This sources-sought announcement is a tool to identify businesses with the capability and technical experience 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. A.) 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 involved, your firm's role in the project, the dollar value and the completion date. 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. B.) A reference list for each of the projects submitted in A) above. Include the name, title, current phone number and email address. C.) 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. D.) Provide a statement that your firm intends to submit an offer on the project when it is advertised. E.) Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F.) Cage Code and DUNS number. Submit this information to cristina.a.vega@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 2:00 PM Pacific Daylight Time on Tuesday, February 9, 2016. Summary of Scope of Work: Replace the existing steel roller chains on two emergency closure gates (4 chains total) in the Lucky Peak Dam intake tower. The replacement roller chains will be furnished by the Government. Each gate is approximately 25' tall and each chain has 119, 5" diameter by 7" long rollers with shafts, side bars and retaining rings. Access to the intake tower is by a bridge with a weight limit of 50,000 pounds and width of 12 feet. No turnaround on the intake tower is available. Fall protection will be required for this work. The space available for Contractor staging is limited. In addition, it will be necessary to cut four (4) four inch (4") holes through 1" steel plate in the gate. The work must be performed onsite. The contractor's team must have crane, heavy machinery (e.g. gear boxes, roller chain, etch), metal fabrication, and fall protection experience. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage 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, 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. PROJECT SUPERINTENDENT At all times during performance of this contract and until the work is completed and accepted, the Contractor shall assign and have on the worksite a competent superintendent as per FAR Clause 52.236-6 "Superintendence by the Contractor". A Site Safety and Health Officer (SSHO) employed by the prime contractor is required for 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 8 hours of safety training each year for the past 5 years. The Site Safety and Health Officer (SSHO) may be assigned as the fall protection competent person. Provide a qualified Fall Protection Competent Person for the contractor's on-site operations that involves work that exposes workers to fall hazards. The Fall Protection Competent Person shall possess a minimum 2-years supervisory experience overseeing the use of fall protection equipment and systems. Within the last two (2) years, they must have successfully completed at least one fall protection competent training course that includes both classroom instruction and hands-on practical training. Furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. Furnish construction equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. Establish and manage an effective Contractor Quality Control Program 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 and have complete authority and responsibility to take any action necessary to ensure contract compliance. The CQC System Manager shall be assigned no other duties. 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 project involves 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-16-R-SS23/listing.html)
 
Place of Performance
Address: Lucky Peak, 9723 East Highway 21, Boise, Idaho, 83716, United States
Zip Code: 83716
 
Record
SN04001097-W 20160128/160126234321-7dfea943a5ec4c876abe4e2106749382 (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.