LGA Powerhouse Window Replacement

expired opportunity(Expired)
From: Federal Government(Federal)
W912EF19Q0021

Basic Details

started - 04 Apr, 2019 (about 5 years ago)

Start Date

04 Apr, 2019 (about 5 years ago)
due - 11 Apr, 2019 (about 5 years ago)

Due Date

11 Apr, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
W912EF19Q0021

Identifier

W912EF19Q0021
Department of the Army

Customer / Agency

DEPT OF DEFENSE (710964)DEPT OF THE ARMY (133383)USACE (38241)NWD (6952)US ARMY ENGINEER DISTRICT WALLA WAL (1160)
[object Object]

SetAside

WOSB(Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15))

Attachments (3)

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.

Added:Jan 30, 2019 3:20 pmModified:Feb 06, 2019 6:11 pmTrack Changes Construction project entitled:LGA Powerhouse Window Replacement. The construction will occur on Little Goose Lock and Dam Powerhouse Dayton, WA. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $25,000.00 and $100,000. Payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 238150 and the associated small business size standard is $15,000,000. Solicitation is open to women-owned small business concerns.Summary of Scope of Work:The work consists of the removal and replacement of 12 existing windows at Little Goose Dam Powerhouse for the administrative office area. The existing windows were installed in 1968 during the original dam construction and have failed seals, failed weather stripping, and are a current fall hazard when open. The contractor will remove and dispose old window units. Install new
windows units in accordance with the American Architectural Manufacturers Association publication AAMA/WDA/CSA 101/I.S.2/A440. Windows shall be aluminum thermal break windows with fixed upper portion and lower venting sash. The window manufacturer must specialize in designing and manufacturing the type of aluminum windows specified, and have a minimum of 10 years of documented successful experience.Work will be performed from the powerhouse roof on contractor furnished scaffolding. The window sills are approximately 10 feet above the roof deck. The contractor will be required to protect the roof deck from scaffolding and falling objects by covering with a layer of plywood or similar. Estimated Period of Performance isMay - September2019.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.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 As-Built Drawings..Solicitation Number W912EF-19-Q-0021 will be posted to the FBO.gov in approximately 1-2 weeks. The solicitation is a Request for Quotes (RFQ). Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It does not necessarily reflect the actual proposal closing date. The RFQ closing date will be contained in the solicitation and any solicitation amendments that may be issued.A site visit will be offered approximately 11⁄2 -2 weeks after the solicitation is made available to offerors. See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately.To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to leanne.r.walling@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.When available, the solicitation documents for this project will be available via FedBizOpps.gov https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov.Added:Mar 06, 2019 4:49 pm LGA Powerhouse Windows Solicitation package is attached.

1001 Little Goose Dam Rd. Dayton, Washington 99347 United StatesLocation

Place Of Performance : 1001 Little Goose Dam Rd.

Country : United States

You may also like

P2399012 - Napa Sonoma Marshes Window Replacement

Due: 28 May, 2024 (in 24 days)Agency: Department of Fish & Wildlife

7621 - Temagami Public School Exterior Window Replacement

Due: 23 May, 2024 (in 19 days)Agency: District School Board Ontario North East

City Hall Window Replacement

Due: 21 May, 2024 (in 17 days)Agency: City of Big Spring

Please Sign In to see more like these.

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

Classification

238 -- Specialty Trade Contractors/238150 -- Glass and Glazing Contractors
naicsCode 238150Glass and Glazing Contractors
pscCode ZMAINT, REPAIR, ALTER REAL PROPERTY