McNary Cranes 4 & 5 Replacement
McNary Cranes 4 & 5 Replacement Sources Sought Notice: W912EF-19-R-SS35 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a supply with construction project en... McNary Cranes 4 & 5 Replacement Sources Sought Notice: W912EF-19-R-SS35 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a supply with construction project entitled: McNary Cranes 4 & 5 Replacement. The work is located at McNary Lock and Dam in Umatilla County, Oregon. This will be a firm-fixed-price Design Build Construction contract. The North American Industry Classification System (NAICS) codes for this project are 238290 and the associated small business size standard is $15,000,000. 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. G) Walla Walla District intends to consolidate both subject projects under one contract. If you are a small business and don't have the capability to support the consolidation of these two projects please provide your rational as applicable to why these projects should not be consolidated. Submit this information to Kent Bernard, Contract Specialist, via email to Kent.R.Bernard@usace.army.mil and Victoria.K.Richmond@usace.army.mil. Your response to this notice must be received on or before 2:00PM PST on 28 May 2019. Summary of Scope of Work: McNary currently has two gantry cranes that are located on the exterior surfaces of the dam, which have been in service since project construction was completed in 1953. Crane 4 sits on rails on the Tailrace deck located on the downstream side of the dam. The crane has two hoists: the main hoist which is rated at 30 tons and used to deploy the trailrace stop logs, and the secondary hoist which is rated at 7-1/2 ton and used for general maintenance at the dam. Crane 5 sits on rails on the Intake deck located on the upstream side of the dam. The crane has 3 hoists: the main hoist which is rated at 140 tons and used to deploy head gates and fish screens; the second hoist which is rated at 20 tons and is primarily used to remove debris from the forebay using a clamshell type trash rake; the third hoist which is a hammerhead equipped with dual 10-ton hoists which is used for a variety of purposes up and down the powerhouse. This project will involve the design, manufacturing, and installation of the replacement for both gantry cranes and will include 3 new lifting beams (two for Crane 4 and one for Crane 5) and a clamshell type trash rake for Crane 5. Both cranes main hoists will also be upsized by 10 tons. The new cranes will need to be assembled on site. The new hoists must integrate with and be powered by the existing electrical power supply and come with modern VFD controls. The existing cranes shall be removed and disposed of by the contractor following installation of the new cranes. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage 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, 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 is 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 safety training from accredited safety training sources each year for the past 5 years. Establish and manage 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 is 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. Use the Government-furnished Resident Management System (RMS) - Contractor Mode to record, maintain, and submit various information throughout the contract period. RMS is a Windows-based program capable of operating on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor at time of notice to proceed. The project involves 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, O&M Manuals, Contractor- Prepared Shop Drawings, and spare parts to the customer. Place of Performance: USACE - McNary Dam / 82790 Devore Road / Umatilla, Oregon 97882
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »