SOLICITATION NOTICE
Y -- Lower Monumental Removable Spillway Weir (RSW), Lower Monumental Dam, Walla Walla and Franklin Counties, Washington
- Notice Date
- 12/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-06-R-0007
- Response Due
- 2/9/2006
- Archive Date
- 4/10/2006
- Small Business Set-Aside
- N/A
- Description
- CONCTACT INFO: Contract Specialist is Robert Joshlin, Robert.j.joshlin@usace.army.mil. Solicitation documents, plans, and specifications will be available at https://fedteds.gov. There will not be paper copies or CDs available. Issue date for th e solicitation will be on or about 9 January 2006. Proposal due date will be on or about 9 February 2006. PROCUREMENT INFO: THIS PROCUREMENT UNRESTRICTED AVAILABLE FOR FULL AND OPEN COMPETITION IAW FAR 19.10 Small Business Competitive Demonstration Program. This Request for Proposal will be a Fixed Price Construction requirement. The magnitude of this requir ement is estimated to be more than $10,000,000. The estimated project completion date is 30 November 2007. The standards for the technical evaluations are on a go no-go or minimum required basis. These will be pass/fail evaluation factors will be identifi ed in the forthcoming solicitation. A technical proposal must either satisfy all of the evaluation factors or be ineligible for further consideration. DESCRIPTION OF WORK: This requirement is to construct a removable spillway weir (RSW) for Lower Monumental Dam at Walla Walla and Franklin Counties, WA. The RSW is a floating structural steel fabrication which will be attached to the dam at spillway bay 8 . In operation, the RSW can be filled with water as ballast and submerged to allow the spillway to operate to its full capacity. The work will include, structural steel fabrication approximately 2 million lbs, services of Naval Architect and Marine Sur veyor for RSW transport, high performance submersible coatings on all steel, underwater cast-in-place concrete placement -150 cubic yards, excavation of the river bottom and placement of --- cubic yards of rock, underwater diving to depths of 120 feet to s upport installation activities, surveying of the spillway, piers, and river bottom adjacent to the spillway bay 8, water and air piping, valves, and appurtenances, two 13 bore, self-lubricating spherical bearings, and three air compressors: 2-450 cfm, 1- 100 cfm. The RSW is approximately 100 feet tall when installed (100 feet long while transported), 70 feet wide. Anticipated transport to the site is by the Columbia and Snake rivers. Attachment elements and motion controls will be installed at the Lower Monumental forebay dam face concurrent with fabrication and delivery of the main structure. Work at the dam face includes general construction, underwater diving and floating plant support. River bottom work upstream of the spillway will include surveyi ng, inspection and potential debris removal. Contractor furnished mechanical and electrical systems will be required to provide air and water delivery for operational testing of the RSW. Two similar projects previously constructed within the Walla Walla D istrict include RSW Lower Granite Dam, DACW68-00-C-0060 and RSW Ice Harbor Lock and Dam, W912EF-04-C-0020. These projects can be viewed at http://www.nww.usace.army.mil/rsw/ ADMIN INFO: In order for contractors to conduct business with the Department of Defense, the contractor must be registered in the Central Contractor Registration (CCR) database and must provide registration information with their proposal. Contractors ca n access the CCR for free at http://www.ccr.gov. The North American Industry Classification System (NAICS) code is 237990. If you are a large business and your bid or proposal will exceed $1 million, you will be required to submit a subcontracting plan with goals for small business (SB), historically underutilized business zone (HUBZone), small disadvantaged business (SDB), wo man-owned small business (WOSB), veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) concerns. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $28.5 million. For contracting opportunities, visit th e Federal Business Opportunities (FedBizOpps) site, www.fbo.gov. This synopsis is not a request for proposal, but a notice that solicitation will be issued on or about 9 January 2006.
- Place of Performance
- Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Country: US
- Zip Code: 99362-1876
- Record
- SN00957122-W 20051224/051222212507 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |