The RFP Database
New business relationships start here

Ice Harbor Gantry Crane Control System Upgrade


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The US Army Corps of Engineers, Walla Walla District is seeking interested business sources for a construction project entitled: Ice Harbor Gantry Crane Control Upgrade. The work is located at the Ice Harbor Dam, Burbank, Washington. This will be a firm fixed-price construction contract. Construction magnitude is estimated between $1,000,000 and $5,000,000. 100% performance and payment bonds will be required. The expected period of performance will be 400 days in duration. The government expects to award a contract around April of 2020, with an approximate on-site installation work window of December 2020 through March 2021. The North American Industry Classification System (NAICS) code for this project is 238290 and the associated small business size standard is $15M.

 

This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. If interested and capable, please provide:


A)    A list of at least three (3), no more than five (5), project examples that were completed in the last 6 years which demonstrate the technical experience with work of a similar nature to that listed in the Summary Scope of Work.
     1.    For each project submitted, provide a brief narrative statement of the work involved, how it relates to the described herein and your firm's role in the project, the dollar value, and the completion date.
     2.    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)    A statement indicating that you will be the construction firm doing at least 75% of the work with your own forces.


D)    Provide a statement of your firm's business size status (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.


E)    Provide a statement that your firm intends to submit an offer on the project when it is advertised.


F)    Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required.


G)    Cage Code and DUNS number.


This sources sought synopsis 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 FedBizOpps for any resultant or future solicitation package(s) that may be issued.


Submit this information to Cynthia Jacobsen, Contract Specialist, via email to cynthia.h.jacobsen@usace.army.mil. Your response to this notice must be received on or before 2:00 PM PST on August 2, 2019. 



Summary of Scope of Work:


Ice Harbor Dam


Ice Harbor currently has one 111-ton gantry crane that is located on the intake deck of the dam; the crane was installed in 1994. As a critical piece of auxiliary equipment at Ice Harbor, the crane is used to deploy STS (submerged traveling screens) screens, handle intake gates and bulkheads, and clear debris from the penstock intakes (trash raking).


This project will involve the replacement of crane function DC motors controls with AC motors and controls; addition of a crane radio remote control; replacement of the overhead trolley line conductor system with 4-pole (grounded) system; replacement of operation chair consoles; replacement of air winch tugger hoist system with electric motor tugger hoist system; replacement of hoist drum and pinion bearings with extended shear block welds; inspection and rehabilitation of speed reducers as needed; and perform structural modifications to address fall protection (addition of guardrails and safety swing gates). At the conclusion of on-site work, all affected crane functions will be operationally and load tested.


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, contractor-prepared shop drawings, 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, and spare parts to the customer.



Cynthia Jacobsen, Contract Specialist, Phone 509-527-7203, Fax 509-527-7802, Email cynthia.h.jacobsen@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP