Lower Monumental Dam Spare Transformer Containment Pad
Lower Monumental Dam Spare Transformer Containment Pad Sources Sought Notice: W912EF19RSS51 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled:... Lower Monumental Dam Spare Transformer Containment Pad Sources Sought Notice: W912EF19RSS51 The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Lower Monumental Dam Spare Transformer Containment Pad. The work is located at the Lower Monumental Project in Franklin County, Washington. This will be a firm-fixed-price Construction contract. NAICS 238110 Poured Concrete Foundation and Structure Contractors and the associated small business size standard is $15M. The magnitude of Construction is estimated to be between $100,000 and $250,000. 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 (2-3) 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 Karlyn Graves, Contract Specialist, via email to Karlyn.K.Graves@usace.army.mil. Your response to this notice must be received on or before 07 August 2019. Summary of Scope of Work: Work includes installing a concrete containment pad at Lower Monumental Lock and Dam within the existing Lower Monumental boneyard. The pad must be able to store both a spare 230KV Station Service transformer and a 500KV GSU transformer. The pad will have the capability to manage rainwater and oil in the event of a transformer leak in accordance to all applicable regulations. The pad will require a 120v circuit for monitoring and testing purposes, as well as an inert-gas regulation system for moisture control. The overall area of the pad is 54 feet by 36 feet. The main slab will be about 1.5 feet thick, with six-inch side walls standing 2 feet. All concrete shall be reinforced with steel re-bar. Anticipated award is first quarter FY20. 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. Anticipated period of performance is March 2019 - September 2019
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »