The requirement may result in a firm-fixed-price Design Build construction contract with a magnitude of $500,000 - $1,000,000. Should this requirement result in a procurement, 100% performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this requirement is 238290, Other Building Equipment Constractors and the associated small business size standard is $15M.
If this requirement results in a procurement, the Government must ensure that adequate competition exists.
There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
Small business concerns responding to this notice, shall limit their capabilities statement to 10 pages and include the following information:
1) 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.
2) A reference list for each of the projects submitted in #1 above. Include the name, title, phone number and email address.
3) Provide a statement of your firm's bonding capacity.
4) Provide a statement of your firm's business size and type. Indicate if your firm is a HUBZone, Service Disabled Veteran Owned, 8(a), woman-owned small business.
5) Provide your firm's Cage Code and DUNS number.
Submit this information to Arlene Brown, Contract Specialist, via email to [email protected]. This notice will close on 31 May at 4:00PM, PDT; responses will not be accepted after the closing date and time.
Summary of Scope of Work:
Mechanical, structural and electrical work for the rehabilitation of the 20-ton tailrace gantry crane at Dworshak Powerhouse located near Orofino, Idaho. The work will result in a 20-ton rated capacity gantry crane. Design all new (and modified) systems and components of the cranes and submit computations and drawings. Furnish detailed shop drawings showing all details required to fabricate and install mechanical, structural and electrical equipment.
a) Main Hoist. The main hoist mechanical components have been verified to withstand the rating of a 20-ton loading. Existing main hoist motor brake are unable to meet the required holding torque and shall be replaced with a holding brake. Existing gear box is unable to meet the required torque and speed. Replace the existing gear box. Major components of the main hoist will be inspected and rebuilt. These items consist of machinery bases and drive shafts. Wearable items in the system consisting of bearings, bushings, coupling, seals, controls and wiring. All of the upper and lower sheaves must be redesigned.
b) Gear Boxes. All gearboxes not replaced will be cleaned and flushed, inspected, and rebuilt.
c) Drums and Sheaves. Drums will be cleaned, inspected, and rebuilt. Sheaves will be replaced.
d) Wire Rope. The wire rope will be replaced.
e) Hook and Block. The hook and load block will be replaced.
f) Trolley and Gantry Drive. The trolley and gantry drives will be inspected and refurbished. Existing motors will be replaced with VFD duty motors.
g) Safety Additions. The egress ladder will be retrofitted with a personnel climbing safety system.
h) Removal the hoist, gantry, and trolley operator controls, electrical equipment, and wiring on the 20-ton gantry crane, and the design, fabrication, factory testing and field testing, furnishing, and installation of new electrical and control equipment and associated systems. The equipment and associated systems includes motors, brakes, limit switches, complete control systems including remote (radio) control system, variable frequency drives (VFDs), conductors, conduit, wiring, load cells and indication, and auxiliary devices required to replace and enhance crane electrical power and control systems.
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.
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 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 forms of 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.
The government requirement may result in an award window of November to December, 2019.