United States - Head Gate Repair Pit Upgrades-McNary, Lower Monumental and Little Goose Dams

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
25 June 2019
Opportunity publication date
05 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 04, 2019 11:59 am

The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Little Goose, Lower Monumental and McNary Dam Head Gate Repair Pit Upgrades. The work is located at Little Goose Dam near Starbuck , Washington; Lower Monumental Dam near Kahlotus, Washington and McNary Dam near Umatilla, Oregon. The anticipated award date is June of 2020. This will be a firm-fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $36,500,000.00. The magnitude of construction is estimated between $1,000,000 and $5,000,000.

This sources-sought announcement is a tool to identify businesses with the technical experience and 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. Please do not respond to this notice unless you will be responding to the solicitation.
A) Provide a capability statement expressing interest in this requirement, a list of no more than five 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 point of contact, 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 Cynthia Jacobsen, Contract Specialist, via email to cynthia.h.jacobsen@usace.army.mil. Your response to this notice must be received on or before 2:00 PM Pacific Time on June 25, 2019.

The summary of the scope of work for all three dams is as follows:
This project will address upgrading the Head Gate repair pit features within all three powerhouses. The project includes demolishing the entire existing scaffolding system, 4 upper horizontal gate braces, lighting fixtures, and external utility lines (electrical, water, and air) within each repair pit. The contractor shall then upgrade the Head Gate Repair Pits with 4 new upper horizontal gate braces (two upstream and two downstream) and new scaffolding systems making adjustments in height between levels and where the levels (scaffolding landing) are to occur with given elevations of each Head Gate Repair Pit. The new scaffolding system shall have extendable platform sections on all levels, both on the upstream and downstream sides, to close the gap between the head gate (the work piece) and the end of the platform to eliminate the hazard of workers falling between the work piece and the end of the existing platforms. The scaffolding systems shall meet OSHA life safety standards. The new external watertight utility lines (exposed electrical conduits/air and water pipelines mounted to the repair pit interior walls) shall be provided for each dam by the contractor. The new explosion proof lighting fixture and electrical outlet shall be provided for each dam by the contractor. The contractor shall install a ventilation system at each project site location to provide sufficient negative air pressure to allow the fumes (in the lower levels of the repair pit) from minor grinding, polishing and buffing operations, cutting and brazing activities, welding operations and painting performed within the Head Gate Repair Pits, to be safely exhausted from with the entire Head Gate Repair Pit out of upper sections of the repair pits and not enter the powerhouses. The contractor shall clean out the water drainage system (collection trough and drain line), located on the ground floor of the repair pit of each dam and provide a Petroleum Pipe Plug and particulate pre-filter to prevent oil and solids from entering the drainage water sump pit for each dam.
In addition, each individual dam will have various work as follows:
Little Goose Dam-
• The contractor shall provide a metal frame roof hatch to allow ease of placement and extraction of head gates within the repair pit. The metal frame roof hatch shall consist of two hinged door leafs that open and close by operation of pneumatic cylinders.
• The contractor shall paint large numbers indicating the level number at two wall locations, one on the upstream wall and one on the downstream wall sides of the repair pit, at every scaffolding level. The numbering system shall be based on the associated floors in the Dam and be as follows starting from the bottom most level and proceeding upward: Level 0, Level 1, Level 2, Level 3, Level 4, Level 5, Level 6, Level 7. The scaffolding level elevations shall also be included in parenthesis underneath the level numbers.
• Integrated within the new scaffolding system will be a maintenance area to access 1 head gate hydraulic cylinder. The contractor shall replace the existing 1 ton (internal) crane with a 5 ton crane.
Lower Monumental Dam-
• The contractor shall demolish the existing upstream repair pit wall water catchment system, clean the upstream concrete wall of water mineral deposit/build-up and provide a new similar water catchment system. Then the contractor shall clean the concrete repair pit floor (ground level) of water mineral deposit/build-up
• Integrated within the new scaffolding system will be a maintenance area to access 1 head gate hydraulic cylinder. The contractor shall rotate (180 degrees) the existing (internal) crane to accommodate greater space utilization of the crane operational range within the repair pit.
McNary Dam-
• Integrated within the new scaffolding system will be a maintenance area to access 2 head gate hydraulic cylinders and a separate area (not connected to the new scaffolding) within the repair pit, a constructed platform for the storage of two hydraulic cylinders.
 
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.

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. 
 
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 forms of 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.
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.

Opportunity closing date
25 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army USACE District, Walla Walla United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?