LMA Juvenile Fish Bypass Pipe Expansion Joints
Lower Monumental Dam Juvenile Fish Bypass Pipe Expansion Joints Sources Sought Notice: W912EF19RSS20 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project ... Lower Monumental Dam Juvenile Fish Bypass Pipe Expansion Joints Sources Sought Notice: W912EF19RSS20 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Lower Monumental Dam Juvenile Fish Bypass Pipe Expansion Joints. The work is located at the Lower Monumental project in Kahlotus, 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 $36.5 million. The magnitude of Construction is estimated to be between $250,000 and $500,000. Anticipated award August 2019. This 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, performance period, 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 Walling, Contract Specialist, via email to Leanne.r.walling@usace.army.mil . Your response to this notice must be received on or before 2:00 P.M. on Monday, January 28, 2019. Summary of Scope of Work: The JFF Bypass Pipe at Lower Monumental has approximately 200' of 32" HDPE pipe that is above ground and exposed to seasonal temperature variation resulting in large displacement of the pipe at the expansion joint at the top of the pipe. Over time the pipe has gotten shorter, causing the expansion joint to be separated from the pipe during extreme cold temperature. The work includes the following: • Cut the 32" HDPE pipe in two places, and reposition the middle and upper sections of the pipe to align with the connecting pipes in the middle section and the flume transition at the top of the upper section. The 32" HDPE pipe is elevated 10-20 feet above grade at the locations where the expansion joints are to be installed. • Fabricate and install two new custom expansion joints for the 32" pipe and one for the 24" pipe that connects to the 32" pipe to allow for the thermal expansion and contraction of the HDPE pipe. The expansion joints, designed by the government, will consist of an insert piece that will slide inside the HDPE pipe on the downstream end of the expansion joint, a spacer spool of pipe that is tapered to transition from the inside diameter of the HDPE pipe to the inside of inside diameter of the insert piece, two mounting flanges with set screws to attach to the ends of the HDPE pipe, and a packing type seal between the sleeve piece and the downstream end of the HDPE pipe. The expansion joint components will be fabricated from 304L stainless steel. The expansion joints are designed to provide a smooth flow of water for transportation of juvenile and adult fish. In-water work is December 15, 2019 - March 31, 2020. 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »