Idaho Bids > Bid Detail

Dworshak Fish Hatchery Mechanical Building 1 Heat Exchangers

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159491121895135
Posted Date: Feb 13, 2023
Due Date: Feb 27, 2023
Solicitation No: W912EF-23-R-SS02b
Source: https://sam.gov/opp/38c715492b...
Follow
Dworshak Fish Hatchery Mechanical Building 1 Heat Exchangers
Active
Contract Opportunity
Notice ID
W912EF-23-R-SS02b
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT WALLA WAL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 13, 2023 10:58 am PST
  • Original Response Date: Feb 27, 2023 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2KA - REPAIR OR ALTERATION OF DAMS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Ahsahka , ID 83520
    USA
Description

The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Dworshak National Fish Hatchery Mechanical Building 1 Heat Exchanger Replacements. The work is located at the Dworshak National Fish Hatchery in Clearwater County, Idaho. This will be a firm-fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 238220 and the associated small business size standard is $16,500,000.00.



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.




  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 A) above. Include the name, title, phone number and email address for each reference.

  3. 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.

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

  5. Provide a statement of your firm’s bonding capacity. A statement from your surety is NOT required.

  6. Cage Code and UEI number.

  7. Option: Provide feedback on long lead time items for mechanical or electrical equipment that have been encountered on similar projects.



Submit this information to Nathan Bruce, Contract Specialist, via email to Nathan.I.Bruce@usace.army.mil. Your response to this notice must be received on or before 2:00 PM on February 27, 2023.

Summary of Scope of Work:



Install two new 400kW closed loop electric boiler heating systems with boiler, plate, and frame heat exchanger, 4” steel insulated piping, expansion tank and circulation pump in mechanical building 1. Each system will be used to heat up to 195 gpm of incubation water from 40 to 54 degrees F.



Install a new 150 kW boiler with circulation pump and piping to supply hot water to the hatchery building HVAC system in mechanical building 1.



Water supply to the incubation building will still be pumped from the sump in mechanical building 1, therefore the existing Variable Frequency Drive (VFD) driven sump pumps located on the southeastern (SE) corner of the building will remain in place and will continue to supply water to the incubation room. The incubation water piping will be replaced with New 4” sch 80 PVC piping. Temperature sensors will be installed in the incubation water supply pipe as it leaves the heat exchangers. The incubation water temperature will be controlled by regulating a proportioning valve on the secondary side of the heat exchangers using a PLC.



There are currently 2 existing 3000A switchboards feeding the existing boilers that will need to be removed by the contractor including power feeds and associated equipment. One of these switchboards is fed by a dedicated transformer that will be reused for a new 2000A motor control center that will feed the three new boilers and associated equipment. There are currently six conduits running out to the transformer from one of the switchboards feeding one existing boiler. Four of these conduits will be re-used and modified to feed the new MCC including new conductors.



The existing tube and shell heat exchangers as well as the existing boilers, their respective power Substations, circulating pumps and all associated piping will have to be removed from mechanical building 1. Piping insulation is known to contain friable asbestos containing material, therefore asbestos abatement will be required. Lead based paint may exist on piping or equipment.



The work window is estimated to begin in early 2024 with construction to be completed by January 2025. Anticipated award date for this contract is June 2023.



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
  • KO CONTRACTING DIVISION 201 NORTH 3RD AVE
  • WALLA WALLA , WA 99362-1876
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 13, 2023 10:58 am PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >