Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

Z -- McNary Nav-Lock D/S Miter Gate 2017 Interim Repairs

Notice Date
7/26/2016
 
Notice Type
Presolicitation
 
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-17-B-0001
 
Archive Date
10/31/2016
 
Point of Contact
Cynthia Jacobsen, Phone: 509-527-7203
 
E-Mail Address
cynthia.h.jacobsen@usace.army.mil
(cynthia.h.jacobsen@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION OF WORK: Perform structural and mechanical interim repairs on the McNary Navigation Lock Downstream Gate. The McNary Navigation Lock Downstream Gate is a two-leaf arched miter gate and measures 106 feet tall by 86 feet wide and was placed in service in 1954. Miter Gate Gudgeon Repairs -- Procedures include line boring the perpendicular gudgeon plates and gudgeon linkage eye bar on both miter gate leaves. The gudgeon plates are embedded to the concrete structure of the navigation lock and allow for the attachment to the navigation lock miter gate through the gudgeon linkage eye bar. The onsite line boring is required through 3 layers of material with a total thickness of 8.25 inches (gudgeon plates are 1.75 thick each and linkage eye bar is 4.75 inches thick), the bore size shall be increased from 7-inches to 7.125-inches. Welding of any kind on the gudgeon assemblies is prohibited. Two Government-furnished linkage pins shall be installed by the contractor at the gudgeon plate-linkage eye bar bores upon completion of the line boring (one per side). The gudgeon repair work will require jacking and shoring support of the miter gate leaf structures. Each miter gate leaf weighs approximately 400 tons. The miter gate leaves will be required to be jacked and supported during the pin removal, line boring, and pin replacement operations. A jacking and shoring plan is a required deliverable and must be designed by a licensed engineer. Replace Timber Bumpers and Fenders -- Replace twelve (12) vertically mounted timber bumpers located on the navigation lock walls at the downstream miter gate recess areas. Vertical timber bumpers are approximately 12" x 16" x 18' long each. New timbers shall be furnished and installed by the Contractor. Mounting hardware (brackets, bolts, washers, nuts) for the vertical timbers will be provided as Government Furnished Property (GFP). Replace eighteen (18) horizontally mounted timber fenders and associated mounting hardware (bolts, washers, nuts) located on the downstream side of the miter gate leaves. Timber fenders are approximately 7" x 12" x 27' long each. New timber fenders and hardware shall be furnished and installed by the Contractor. Miter Gate Bottom Seal Replacement - Replace rubber J-seals and associated seal mounting bar assemblies on the bottom of each miter gate leaf. New rubber seals, seal mounting bars, and mounting fasteners will be provided as Government Furnished Property (GFP) and installed by the contractor. Installation of new rubber seals will require all splices to be vulcanized in accordance with the seal manufacturer's requirements. Surveying - Conduct baseline, pre-construction and post-construction field measurements of the downstream miter gate structure, gudgeon assemblies, quoin seal blocks, and downstream miter gate sill. Field measurements shall consist of 3-dimensional measurement to determine easting coordinates, northing coordinates, and elevations. Surveying shall be performed under the direction of and certified by a Professional Surveyor currently licensed/registered by the state in which the work is done and has at least three years of experience performing similar types of work. Surveying data deliverables must be furnished in Microstation design file format. The contract requires completion of all work at the navigation lock within a finite work window of December 16, 2016 to March17, 2017. Work must be completed within the specified work window in order to return the navigation lock to service in accordance with a coordinated Columbia/Snake River navigation system outage plan. 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. A qualified Fall Protection Competent Person shall be provided by the Contractor for each shift of the contractor's on-site operations that involves work that exposes workers to fall hazards. This contract will require the Contractor to furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1. The Contractor will be responsible for various equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment. 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. Miscellaneous work within the project includes the delivery of As-Built Drawings to the customer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-17-B-0001/listing.html)
 
Place of Performance
Address: McNary Lock and Dam, 82790 Devore Rd., (work site entry on WA side), Umatilla, Oregon, 97882, United States
Zip Code: 97882
 
Record
SN04196924-W 20160728/160726235609-5bdbb6e80daa8815a17e3ec45f038d2b (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.