MNA - Levee Drainage Pumps
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Aug 04, 2022 01:57 pm EDT
- Original Response Date: Aug 19, 2022 04:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1NZ - CONSTRUCTION OF OTHER UTILITIES
- NAICS Code:
- 237110 - Water and Sewer Line and Related Structures Construction
- Place of Performance: Pasco , WA 99302USA
Description
The US Army Corps of Engineers (USACE), Walla Walla District is seeking sources for a construction project entitled: MNA Levee Drainage Pumps. This project involves the rehabilitation of eleven (11) Levee Pump Station within the Tri-Cities and Finley Washington. The resulting contract will be a firm fixed-price Requirements Construction Contract. This will be a 5-year requirements contract, with task orders issued for specific work. The Government anticipates placing between $500,000 and $5,000,000 in task orders per year; however, this estimate is not a representation that the estimated quantity will be required or ordered. A bid bond of 20%, or $3,000,000, whichever is less will be required. 100% Performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237110 Water & Sewer line and related structure construction. The associated small business size standard is $39.5 Million. The magnitude of construction for this project is expected to be between $10 Million and $25 Million.
This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. THIS IS NOT A SOLICITATION. NO SOLICITATION DOCUMENTATION WILL BE PROVIDED AS A RESULT OF THIS ANNOUNCEMENT. Only those firms that respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement.
- A list of no more than five current projects at least 75% physically complete or past projects completed within the last 10 years 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, the dollar value and the completion date.
- Include a summary detailing any special qualifications or certifications applicable to the scope of this project, held by your firm and/or in-house personnel. Examples include experience with Allen-Bradley automation equipment, particularly the ControlLogix platform, experience on crane control systems.
- A reference list for each of the projects submitted in 1. above. Include the name, title, phone number and email address for each reference.
- 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.
- Provide a statement that your firm intends to submit an offer on the project when it is advertised.
- Provide a statement of your firm’s bonding capacity. A statement from your surety is NOT required.
- Cage Code and DUNS number.
This Sources Sought is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via SAM.gov for any resultant or future solicitation package(s) that may be issued.
Submit the above requested information to Chandra Crow, Contract Specialist, via email to Chandra.d.crow@usace.army.mil. Your response to this notice must be received on or before 4:00 pm Pacific Time on Tuesday, August 16, 2022.
Summary of Scope of Work:
The work shall consist of the following: maintaining pumping plant operation while construction activities are underway at seven (7) pump stations through temporary power (by temporary power skid) and temporary water conveyance, demolition and replacement of Pumps/Motors and Motor Control Centers for ten (10) of the eleven (11) Pump Stations along with a single pump/motor/siphon breaker addition at two (2) of the eleven (11) pump stations, excavation and demo of two 24 inch culverts and replacement with a new inside dimension 8 feet wide by 5 feet tall box culvert highway rated, addition of a discharge pipe line from an existing pump station to existing levee crest discharge line, addition of an ultra-sonic water level sensor as a secondary control of pumping operation for ten (10) pump stations, demo of an existing fuel storage tank and fuel supply lines, demo and replacement of debris booms, Mechanical Trash Rakes for seven (7) of the eleven (11) along with three (3) of the seven (7) having debris conveyor belt system, Manual Slide Gates at three (3) and Electric Slide Gates at Seven (7), demo of rubber seals around three bulkheads and replacement with new seals (bottom seals to be larger to improve sealing on intake sill) along with the addition of two filling valves on one (1) of the three (3) bulkheads. Conversion of incoming power supply lines from overhead to underground at seven (7) of the eleven (11) pump stations.
The rehabilitation shall provide for the capability of backup power to all eleven (11) pump stations and the Contractor shall provide two Generator Sets (GenSet) rated at 500 KVA and 400 KVA to facilitate backup power testing at each station. Security fencing shall be added to nine (9) of the eleven (11) pump station along with fencing modification to two (2) of the eleven (11). Training shall be provided by the contractor upon the completion of the scope of work for each pump stations.
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 of 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 required to perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures. Prior to commencing on-site work, the contractor will be required to complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control.
The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, contractor-prepared shop drawings, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract.
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACTING DIVISION 201 NORTH 3RD AVE
- WALLA WALLA , WA 99362-1876
- USA
Primary Point of Contact
- Chandra D. Crow
- chandra.d.crow@usace.army.mil
- Phone Number 5095277202
Secondary Point of Contact
- LeAnne R. Walling
- leanne.r.walling@usace.army.mil
- Phone Number 5095277230
- Fax Number 5095277802
History
- Jun 16, 2023 03:05 pm EDTPresolicitation (Original)
- Sep 03, 2022 11:55 pm EDTSources Sought (Original)