Ice Harbor Intake Gate Hydraulic System Upgrade
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: May 23, 2024 09:49 am PDT
- Original Response Date: Jun 06, 2024 11:00 am PDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jun 21, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2KA - REPAIR OR ALTERATION OF DAMS
- NAICS Code:
- Place of Performance: Burbank , WA 99323USA
Description
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Ice Harbor Intake Gate Hydraulic System Upgrade. The work is located at the Ice Harbor Project in Burbank, Washington. This will be a firm-fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $45 million. The Magnitude of Construction is between $10 million and $25 million. Please be aware that 100% performance and payment bonds will be required.
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 list of current or past projects demonstrating relevant 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 statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel.
- A reference list for each of the projects submitted in A) 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 and that your firm can self-perform 20% or more of the project when it is advertised. For your awareness, the solicitation will require information concerning what aspects of the project will be self-performed and what will be subcontracted.
- Provide a statement of your firm’s bonding capacity. A statement from your surety is NOT required.
- Cage Code, UEI and DUNS number.
- Option: Provide feedback on long lead time items for mechanical or electrical equipment that have been encountered on similar projects.
Submit this information to Dustin Smith, Contract Specialist, via email to dustin.j.smith@usace.army.mil. Your response to this notice must be received on or before 2:00PM (PST) on 04 June, 2024.
Summary of Scope of Work:
- Design, fabricate, and install 18 intake gate hydraulic cylinders (3 per main unit) and procurement of 1 spare. Cylinders have about 50 feet of stroke.
- Design, fabricate, and install 18 intake gate support beams (3 per main unit)
- Design, fabricate, and install a new hydraulic power unit (HPU) for the intake gate system.
- Replace the hydraulic system piping
- Design, fabricate, and install six new hydraulic control stations.
- Rehabilitate the gate position indicator system
- Removal and disposal of existing equipment, including hydraulic cylinders, hydraulic power unit, control stations, pipe, and other steel structures.
- Add an automated emergency closure function for the intake gates from the control room,
and other control modifications.
- Replace the existing hydraulic fluid with an environmentally acceptable lubricant (EAL). Dispose of existing hydraulic oil.
- Replace the existing hydraulic fluid storage tank, including installation of a new fire protection structure
The work will require:
- Demolition and removal of the existing intake gate hydraulic system.
- Welding in accordance with AWS D1.1 and ASME.
- Painting of new support beams and hydraulic cylinders with a vinyl-type system.
- Installation of electrical control and feed systems, including cybersecurity requirements.
Anticipated solicitation date is September 2024.
Anticipated award date is January 2025.
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.
A qualified Fall Protection Competent Person shall be provided by the Contractor for each shift of the contractor’s on-site operations that involves work that exposes workers to fall hazards.
This contract will require the Contractor to furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1.
The Contractor will be responsible for various equipment to support elevated working positions such as scaffolding, scissor-lifts, boom-lifts, and aerial lift equipment.
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 Record Drawings to the customer.
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACTING DIVISION 201 NORTH 3RD AVE
- WALLA WALLA , WA 99362-1876
- USA
Primary Point of Contact
- Dustin J. Smith
- dustin.j.smith@usace.army.mil
- Phone Number 5095277307
Secondary Point of Contact
History
- Jun 24, 2024 08:55 pm PDTSources Sought (Updated)
- May 23, 2024 09:49 am PDTSources Sought (Original)