Little Goose Oil Water Headcover Separator

SOL #: W912EF19B0002Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
US ARMY ENGINEER DISTRICT WALLA WAL
WALLA WALLA, WA, 99362-1876, United States

Place of Performance

DAYTON, WA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Maint, Repair, Alter Real Property (Z)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 4, 2019
2
Last Updated
Feb 12, 2019
3
Response Deadline
Feb 12, 2019, 11:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

SOLICITATION WILL BE POSTED SOON


The USACE Walla Walla District has a requirement at Little Goose for supplying materials and installing an Oil/Water separator system to prevent oil from entering the navigable waterways of the Snake River from the power house.

The overall purpose of the project is to prevent oil from entering the navigable waterways of the Snake River from the power house at Little Goose Lock and Dam. This project will route the fluid to an oil/water separator prior to entering the drainage sump.

The work will consist of installing piping, oil/water separator tanks, pumps and electrical equipment to construct the oil/water separator system.

Electrical work shall consist of:
• Routing cables from the breakers through existing conduit and connecting to new starters and to the new turbine pit pumps.
• Installing a 480/120V transformer and distribution panel for the oil water separators.
• Routing an alarm signal cable along existing cable trays over several hundred feet and 1 level to unit annunciation.
• Core drilling through 5" of concrete to route cabling in one location.
• Installing new control panel for the gear pump.

This will be a firm fixed-price Construction contract.

The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $3.6 MIL in average receipts

Competition for this solicitation is 100% Small Business. Solicitation number W912EF18B0002 will be posted to the Federal Business Opportunities (FBO) website near early to mid-December 2018. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used.

Place of Performance is at the Little Goose Dam located near the town of Dayton, within Columbia County, Washington.

A site visit will be offered approximately 2 weeks after the solicitation is posted. Refer to the solicitation for details regarding the site visit.

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 required 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.

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 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 Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period.

Important Note: The FBO response date listed elsewhere in this synopsis is for the FedBizOpps archive purposes only. It has no relationship to the actual proposal submission date. The proposal submission date will be contained in the solicitation and any solicitation amendments that are issued.

When issued, the solicitation documents for this project will be available via FedBizOpps.gov or https://www.fbo.gov. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the "Add Me To Interested Vendors" button in the listing for this solicitation on FedBizOpps.gov.

ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 5 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Cynthia.h.jacobsen@usace.army.mil and Julie.m.morris@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.

People

Points of Contact

Cynthia JacobsenContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 9
Pre-Solicitation
Posted: Feb 12, 2019
View
Version 8
Pre-Solicitation
Posted: Feb 7, 2019
View
Version 7
Pre-Solicitation
Posted: Feb 6, 2019
View
Version 6
Pre-Solicitation
Posted: Jan 30, 2019
View
Version 5
Pre-Solicitation
Posted: Jan 24, 2019
View
Version 4
Pre-Solicitation
Posted: Jan 22, 2019
View
Version 3
Pre-Solicitation
Posted: Jan 15, 2019
View
Version 2
Pre-Solicitation
Posted: Jan 11, 2019
View
Version 1Viewing
Pre-Solicitation
Posted: Jan 4, 2019