United States - Little Goose Navigiation Lock Leak Repairs

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
03 October 2019
Opportunity publication date
20 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 19, 2019 2:51 pm

The US Army Corps of Engineers, Walla Walla District is seeking interested business sources for a construction project entitled: Little Goose Navigation Lock Leak Repairs. The work is located at the Little Goose Dam, Dayton, Washington. This will be a firm fixed-price construction contract. Construction magnitude is estimated between $1,000,000 and $5,000,000. 100% performance and payment bonds will be required. The expected period of performance will be approximately 3 weeks in duration and must occur during the planned annual navigation outage. The government expects to award a contract prior to January 2020, with an approximate on-site installation work window of March - April 2020. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $39.5M.

This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Please provide:
A) A list of at least two (2), but no more than five (5), project examples that were completed in the last 6 years which demonstrate the 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, how it relates to the work described herein and your firm's role in the project, the dollar value, completion date and whether your company was the Prime or Sub.
B) A reference list for each of the projects submitted in A) above. Include the name, title, phone number, and email address for each reference.
C) Provide a statement of your firm's business size status (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.
This sources sought synopsis is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via FedBizOpps for any resultant or future solicitation package(s) that may be issued.
Submit this information to Cynthia Jacobsen and Victoria Richmond, Contract Specialists, via email to cynthia.h.jacobsen@usace.army.mil and Victoria.k.richmond@usace.army.mil Your response to this notice must be received on or before 2:00 PM PST on October 3, 2019.

Summary of Scope of Work:
The Little Goose Navigation Lock Leak Repair project includes multiple components of work intended to stop existing unwanted water leaks at the navigation lock area. Leakage is currently occurring through failed waterstops, concrete cracks, and concrete monolith joints into the navigation lock chamber, culverts, and galleries. Repair work will include performing approximately 125 lineal feet of surface sealing on concrete joints and cracks, as well as down-hole hammer drilling and installing 137-feet of a new waterstop that will be filled with expanding waterstop cylinders. Above the new waterstop the contractor will be required to perform demolition of a 4-inch by 8-inch by 34-foot long slot of the chamber wall in order to create access for the drill hole. The demolition slot will be covered with steel when work is complete. All work will be performed at the upper sill, which is located on the upstream side of the navigation lock. Much of the work is always underwater and will be performed either by divers or the contractor unwatering the area.
The Contractor must be able to staff (supervision and labor) and provide on-site physical support with potential multiple daily work shifts and 7-day work weeks to meet the requirements of the construction schedule constraints.
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/Safetyand OccupationalHealth.aspx located at US Army Corps of Engineers homepage.
Provide on-site customer operations and maintenance training by authorized representatives of the new equipment manufacturers.
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.
A Site Safety and Health Officer (SSHO) employed by the prime contractor is 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 safety training from accredited safety training sources each year for the past 5 years.
Establish and manage 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 is 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.
Use the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. 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, O&M Manuals, Contractor- Prepared Shop Drawings to the customer.

Opportunity closing date
03 October 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?