Mill Creek Dam Diffuser Baffle Rehabilitation and Safety Stop Installation
Mill Creek Dam Diffuser Baffle Rehabilitation and Safety Stop Installation Sources Sought Notice: W912EF19RSS28 The US Army Corps of Engineers, Walla Walla District is seeking sources for a constructi... Mill Creek Dam Diffuser Baffle Rehabilitation and Safety Stop Installation Sources Sought Notice: W912EF19RSS28 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Mill Creek Dam Diffuser Baffle Rehabilitation and Safety Stop Installation. The work is located at the Mill Creek Project in Walla Walla County, Washington. This will be a firm-fixed-price Construction contract. The North American Industry Classification System (NAICS) code for this project is 238110 and the associated small business size standard is $15 million in average annual receipts. The magnitude of Construction is estimated to be between $500,000 and $1,000,000. 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 Julie Morris, Contract Specialist, via email to Julie.M.Morris@usace.army.mil. Your response to this notice must be received on or before 2:00 PM on 28 February 2019. Summary of Scope of Work: The work for this project will consist of the following major elements: The removal and replacement of Diversion Dam diffuser baffles (approximately 36), core-drilling within the radial gate pier walls, and the metal fabrication of steel safety stops for the Diversion Dam radial gates. The contractor is to remove the existing damaged baffle concrete without damaging the underlying reinforcement, and reconstruct each baffle with air-entrained concrete matching the original dimensions. Hydro-demolition is the preferred mechanism to achieve this task within the above parameters. Minor saw-cutting will be permissible to establish clean edges for bonding surfaces. Bonding agents will be required at the concrete cold-joints to prevent water intrusion. The contractor is to core-drill 5-inch diameter holes (n=8) within each of the eight radial gate pier walls. A 4.5-inch steel pipe will be grouted into each hole. The contractor will fabricate the newly designed 4-inch steel HSS safety stops with UHMW-PE rub pads. Ground penetrating radar (GPR) will be necessary to identify drilling locations in order to not damage the underlying steel reinforcement. On-site work will be April through September 2020; however this is subject to change due to higher than normal flows. The in-water work window for Mill Creek Project is July 15, 2020 through September 15, 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. 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 »