DWA Monolith 16/17

expired opportunity(Expired)
From: Federal Government(Federal)
W912EF20SS29

Basic Details

started - 14 Apr, 2020 (about 4 years ago)

Start Date

14 Apr, 2020 (about 4 years ago)
due - 29 Apr, 2020 (about 4 years ago)

Due Date

29 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912EF20SS29

Identifier

W912EF20SS29
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)USACE (38243)NWD (6952)US ARMY ENGINEER DISTRICT WALLA WAL (1160)
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 small business sources for a construction project entitled: Dworshak Monolith Joint 16/17 Repair. The work is located at Dworshak Dam in Ahsahka, Idaho. 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 $39,500,000.00.The magnitude of construction is estimated between $1,000,000 and $5,000,000.Anticipated solicitation early June 2020; Anticipated award early August 2020This sources-sought announcement is a tool to identify interested businesses with the technical experience and capability to accomplish this 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)  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 of 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 DUNS number.Submit this information to: leanne.r.walling@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 2:00 PM Pacific Time on April 28, 2020.Summary Scope of Work:This project involves drilling and injecting grout at monolith joint 16/17 and the foundation rock in this area to stop excessive leakage coming from the monolith 16/17 joint drain.  Current flows from this drain are in excess of 2,000 gallons per minute.  The grouting will attempt to stop the leakage by intercepting rock fractures that are causing the flow and sealing these fractures and the monolith joint.  Some of the foundation drains may become grouted closed during the work and the project also includes reestablishing any foundation drains where this occurs.  All of the drilling and grouting will be performed from the galleries inside Dworshak Dam.  High flows, cold water, and pressures of up to 150 psi can be expected to be encountered during the drilling and grouting operations.The contractor must possess a minimum of 5 years of experience as with foundation drilling and grouting, operations, commissioning, and as a service provider.The contractor will be required to furnish post-award submittals for Government review and acceptance. These submittals may include your mix designs, mechanical packer assembly, project schedule, equipment list, activity hazard analysis, accident prevention plan, AT-OPSEC procedures and employee pre-screening.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 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 project will involve the development and management of Contractor furnished submittals for items such as product data, test reports, and contract close-out documentation as required by the technical specifications of the contract.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 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 Contractor will be executing this work in close coordination with Dworshak project staff during concurrent Government operations and maintenance work within and around dam inspection galleries.

Ahsahka ,
 ID  83520  USALocation

Place Of Performance : N/A

Country : United StatesState : IdahoCity : Ahsahka

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode Z1KAMAINTENANCE OF DAMS