Ice Harbor Intake Gate Hydraulic System Upgrade

expired opportunity(Expired)
From: Federal Government(Federal)
W912EF23RSS01

Basic Details

started - 18 Oct, 2022 (18 months ago)

Start Date

18 Oct, 2022 (18 months ago)
due - 09 Nov, 2022 (17 months ago)

Due Date

09 Nov, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
W912EF23RSS01

Identifier

W912EF23RSS01
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)USACE (38130)NWD (6936)US ARMY ENGINEER DISTRICT WALLA WAL (1155)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Ice Harbor Intake Gate Hydraulic System Upgrade.  The work is located at the Ice Harbor Project in Burbank, Washington.  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 $39.5 million.  The magnitude of construction is estimated to be between $10,000,000 and $25,000,000.  100% performance and payment bonds will be requiredThis sources-sought announcement is a tool to identify businesses with the 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. 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, phone number and email address for each reference.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 SAM.gov Unique Entity ID.G)  Option:  Provide feedback on long lead time items for mechanical or electrical equipment that have been encountered on similar projects.Submit this information to David Boone, Contract Specialist, via email to david.c.boone@usace.army.mil.  Your response to this notice must be received on or before 3:00 PM on 9 November 2022.Summary of Scope of Work:Replace the 18 intake gate hydraulic cylinders (3 per main unit) and procurement of 1 spare.  Cylinders have about 50 feet of stroke.Replace the 18 intake gate support beams (3 per main unit)Replace the intake gate hydraulic system hydraulic power unit (HPU)Replace the hydraulic system pipingReplace the hydraulic system control panelsRehabilitate the hydraulic storage tanksRehabilitate the gate position indicator systemAdd an automated emergency closure function for the intake gates from the control room,and other control modifications.Replace the existing hydraulic fluid with approximately 15,500 gallons of an environmentally acceptable lubricant (EAL).  Dispose of 19,000 gallons of hydraulic oil.Provide commissioning services to test the entire culvert valve system to verify satisfactory installation and operation.The work will require:Demolition and removal of the existing intake gate hydraulic system.Design and manufacture of a new gate support beam.Installation of a temporary hydraulic system during construction.Cleaning of existing hydraulic tanks and equipment.Welding in accordance with AWS D1.1.Painting of new support beams with a vinyl-type system.Installation of electrical control and feed systems, including cybersecurity requirements.Anticipated award date is Spring 2023.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.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.Miscellaneous work within the project includes the delivery of Record Drawings to the customer.

Burbank ,
 WA  99323  USALocation

Place Of Performance : N/A

Country : United StatesState : WashingtonCity : Burbank

You may also like

Raystown Dam Hydraulic Mechanical Gate and Bulkhead Replacements

Due: 13 May, 2024 (in 14 days)Agency: DEPT OF DEFENSE

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode Z2KAREPAIR OR ALTERATION OF DAMS