Mill Creek Maintenance Building Interior
Mill Creek Maintenance Building Interior Sources Sought Notice: W912EF-19RSS30 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project titled: Mill Creek Mai... Mill Creek Maintenance Building Interior Sources Sought Notice: W912EF-19RSS30 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project titled: Mill Creek Maintenance Building - Interior. The work is located in Walla Walla County, Washington. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $250,000 and $500,000. Performance and Payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy Civil Engineering and Construction and the associated small business size standard is $36,500,000. This 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. Please do not respond to this notice unless you intend to respond to the solicitation. 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 list of references for each of the projects submitted in A.) above. Include the point of contact, title, phone number and email address. C.) Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or women-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 Karlyn.K.Graves@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 10:00 AM Pacific Time on May 9, 2019. Summary of Scope of Work: The performance of work for the Mill Creek Maintenance Building (Square feet: 1st floor 1,270 ft² & 2nd floor 864 ft²) shall consist of the following: construction of interior walls (1st floor only) to provide the following project work space areas: vehicle maintenance bay (VMB), work shop, storage, rest room, and laundry. The contractor shall renovate electrical receptacles in the Shop and Mezzanine areas, change the configuration of lighting fixtures, lighting circuits, and light switch controls. Existing lighting within the shop and storage areas shall remain but separate lighting controls shall be provided. The contractor shall also provide recess lighting within the drop celling (sheet rock) areas of the rest room and the laundry room. The contractor shall provide shop and mezzanine floor mounted, non-movable, work benches with pull out drawers and cabinets above and below the benches. A Heating, Ventilation and Cooling (HVAC) system shall be provided in the form of split units. Two separate HVAC systems will be required, one for the first floor and the other for the second floor and VMB. Also the contractor shall provide a floor mounted non movable welding bench and a welding exhaust system with in the VMB. Exterior to the building the contractor shall demolish and construct an asphalt roadway 200 feet long by approx. 17 feet wide. The contractor shall slope the new asphalt roadway towards and provide a "V" shape concrete collection channel valley to convey water to a drainage recharge depression. The contractor shall provide all plumbing piping and connections within the building, including: interior water feeder piping (hot and cold), sewer pipe line, drain pipe lines and their connection. Existing sewer line and drain pipe lines are within the concrete slab floor. Provide a mop sink within the laundry room and rest room fixtures (sink, toilet, mirror and wall mounted cabinet). Provide and install an electrical instance hot water heater and hot water reservoir tank. Provide exterior water feeder line connection by trenching from an existing capped water line to the capped incoming building water line. Provide exterior connections from a capped drain line to a contractor provided and installed oil/water separator and holding tank. The contractor shall provide and install a septic tank with a lift station capability to pump sewage 150 feet to another existing septic tank/lift station. Construction shall be completed within 11 months (336 days) after Notice to Proceed. 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 8-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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »