Trade Leads

HEAVY CONSTRUCTION
NAICS Code: 237 -- Heavy and Civil Engineering Construction/237990 -- Other Heavy and Civil Engineering Construction Primary Point of Contact.: Phyllis Buerstatte, Contract Specialist Phyllis.L.Buerstatte@usace.army.mil Phone: 509-527-7211 Fax: 509-527-7802 Secondary Point of Contact: Jani C Long, Contract Specialist jani.c.long@usace.army.mil Phone: 509-527-7209 Fax: 509-527-7802 The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: McNary Navigation Lock Downstream Gate Interim Repairs. The work is located at the McNary Navigation Lock in Benton County, 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 no more than $33,500,000 in average annual receipts. 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 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 (Small business, HUBZone small business, Service Disabled Veteran Owned small business, 8(a), small disadvantaged business, or woman-owned small business) with regard 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. Provide your firm's Cage Code and DUNS number. Submit this information to Phyllis Buerstatte, Contract Specialist, via email to Phyllis.L.Buerstatte@usace.army.mil. Your response to this notice must be received on or before close of business on 28 May 2014. The magnitude of construction is estimated to be between $500,000 and $1,000,000. Summary of Scope of Work: The work consists of the following major elements: The McNary Navigation Lock Downstream Gate is a two-leaf arched miter gate and measures 106 feet tall by 86 feet wide and was placed in service in 1954. Miter Gate Gudgeon Repairs -- Procedures include line boring the perpendicular gudgeon plates (2 plates total) and gudgeon linkage eye bar (1 bar total) of each of the miter gate leaves. The gudgeon plates are embedded to the concrete structure of the navigation lock and allow for the attachment to the navigation lock miter gate through the gudgeon linkage eye bar. Therefore the contractor must perform field line boring activities through 3 layers of material with a total thickness of 8.25 inches (gudgeon plates are 1.75 thick each and linkage eye bar is 4.75 inches thick), the bore size must be increased from 7-inches to 7.125-inches. Gudgeon material is low yield steel and therefore welding operations must be kept to a minimum as to not alter its properties. The contractor will provide two new linkage pins (one per side) to match the new gudgeon plate-linkage eye bar bore diameter. The gudgeon repair work requires experience with jacking and shoring support of large structures. Each miter gate leaf weighs approximately 400 tons. The miter gate leaves must be jacked and supported during the pin removal, line boring, and pin replacement operations. The Contractor must develop a jacking and shoring plan that is designed by a licensed engineer. Coal Tar Coating System Removal -- The Contractor must remove all existing coal tar and coal tar/primer from the lower 24-feet of the downstream side structural components on both Downstream Miter Gate Leaves. Acceptable removal of the coating system is defined as the removal of all visible coal tar and primer coat. Bare steel is required to permit structural inspections. The existing coal tar material was applied to the gate structure in 1949 and was confirmed to be asbestos-free by laboratory testing in 2014. The coal tar was originally manufactured to meet the requirements of American Water Works Association Specification 7A-5-1940. The coal tar was hot-applied to a minimum thickness of 3/32-inch and is anticipated to have a maximum thickness of 1-inch. The existing primer material consists of a coal tar pitch primer originally manufactured to meet the requirements of American Water Works Association Specification 7A-5-1940. The Contractor will be responsible for the design and installation of suitable containment measures to protect the immediate and adjacent areas on the gate structure and Navigation Lock floor from contamination from the removal activities. The Contractor will be responsible for off-site disposal of the coal tar coating waste in accordance with Federal, State, and local laws and regulations. Structural Inspection of Downstream Miter Gate -- The Contractor must provide the services of professional engineers and Non-Destructive Testing (NDT) technicians to perform structural inspection of the lower 24-feet of the downstream side of the miter gate and the upstream side of the miter and quoin areas (non-skin plate body areas) of the miter gate. Structural Engineers that are state licensed professional engineers, and NDT Level II or Level III qualified technicians will be required by this contract. Due to elevated inspection and NDT requirements, Society of Professional Rope Access Technicians (SPRAT) Level III personnel will be required to supervise the inspection teams. Based on the aggressive schedule requirements of this contract, two inspection/NDT teams will be required to work on both miter gate leaves concurrently. The contractor will be responsible for the design and installation of an engineered fall protection system and personnel fall protection equipment meeting the requirements of EM 385-1-1. Crack Repair on Structural Members of Downstream Miter Gate -- The Contractor will perform various forms of crack repair to include stop-drilling, bolted plate repairs, partial penetration welds, and complex complete joint penetration welds. Weld repairs will be performed on non-fracture critical members and fracture critical members. Welding shall conform to American Welding Society (AWS) D1.5 and welders shall be qualified in accordance with AWS D1.5. The Contractor will be responsible for submitting welding procedures for each weld to be made. Welding repairs will require the Contractor to have experience with and equipment for preheating and interpass temperature control. The contract will require full time services of Certified Welding Inspectors certified in accordance with AWS QC1 during all on-site welding activities. Repaint Structural Members of Downstream Miter Gate -- Upon completion of all crack repairs, the Contractor shall paint all surfaces that were previously coated with coal tar with Vinyl Paint System 4. The Vinyl Paint System 4 consists of five coats of alternating white and gray formula V-766e double-spray coats. Surface preparation for the Vinyl Paint System will require white metal blast in accordance with SSPC SP 5. Quoin and Miter Surface Repair -- The contract will require the resurfacing of the quoin and miter surfaces on the lower 30-feet of the north miter gate leaf and the lower 60-feet of the quoin surface and the lower 30-feet of the miter surfaces on the south miter gate leaf. This work will consist of welding up the deficient areas and machining down the surfaces to remove defects and to restore the surface plates to their original thickness. The contract requires completion of all work at the navigation lock within a finite work window of 22 calendar days, approximately February/March 2015. Work must be completed within the specified work window in order to return the navigation lock to service in accordance with a coordinated Columbia/Snake River navigation system outage plan. The Contractor must be able to staff (supervision and labor) and provide on-site physical plant to support multiple daily work shifts to meet the requirements of the aggressive construction schedule constraints. 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 must 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 As-Built Drawings to the customer. Contracting Office Address: Attn: CENWW-CT 201 North 3rd Avenue Walla Walla, Washington 99362-1876 United States Place of Performance: McNary Lock and Dam, Navigation Lock is in Benton County, WA Umatilla, Oregon 97882 United States