SOLICITATION NOTICE
Y -- Chiloquin Dam Removal and MPID Pumping Plant and Fish Screen Project
- Notice Date
- 10/10/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- 07SP200016
- Archive Date
- 10/10/2007
- Small Business Set-Aside
- N/A
- Description
- The Bureau of Reclamation, Mid-Pacific Region intends to issue a Request for Proposal for a firm-fixed price construction contract for Chiloquin Dam Removal and MPID Pumping Plant and Fish Screen Project. Work is located approximately 30 miles north of Klamath Falls, Oregon in Klamath County. The Chiloquin Dam is located on the Sprague River at River Mile (RM) 0.87. The MPID (Modoc Point Irrigation District) Pumping Plant and Fish Screen will be constructed on the Williamson River. The Kircher property is located near the Sprague River downstream of the Chiloquin Dam site. The principal components of the work to be performed under the specifications include the following: 1. Site Construction includes diversion and care of Sprague River and controlling water during demolition, removing Chiloquin Dam and appurtenant structures, removing miscellaneous materials and equipment at Chiloquin Dam site, removing fish screen structure and miscellaneous materials and equipment on the Main MPID Canal at the Kircher property, clearing and grubbing work areas of vegetation and rubbish, stripping topsoil and unsuitable material, constructing a steel sheet pile cofferdam at the pumping plant site on the Williamson River and removing and controlling water during construction, excavating earth materials for construction of pumping plant structures, pipelines, outlet structure, and access road, placing and compacting backfill for the pumping plant service yard, constructing an access road to the pumping plant, placing and compacting backfill in a portion of the MPID Main canal, furnishing and placing riprap and coarse gravel protection including furnishing and installing geotextile under riprap, furnishing and laying PVC pressure pipe for discharge pipeline, constructing farm deliveries for Kircher property, excavating, backfilling, and compacting backfill in pipe trenches, furnishing, placing, and compacting gravel surfacing on pumping plant service yard and access road, furnishing and erecting chain link fence around pumping plant service yard, furnishing and erecting 5-strand barbed wire fencing and gates for Kircher property, furnishing and erecting w-beam guardrail and handrail at the pumping plant, constructing drain system for pumping plant retaining wall and transition structure, and placing topsoil and seeding. 2. Concrete work includes constructing reinforced cast-in-place concrete for pumping plant substructure, discharge manifold encasements, outlet structure, and utility building foundation. 3. Fabricated Metalwork includes furnishing and installing fabricated metalwork including ladders, frames, gratings, covers, and handrail, furnishing and installing ladder and fall protection rail system for pumping plant building, and furnishing and installing steel piping. 4. Doors including furnishing and installing steel doors and door hardware for pumping plant building and utility building, and furnishing and installing floor access hatches at the pumping plant. 5. Finishes include coating fabricated metalwork, mechanical items, doors and frames, and repair painting damaged coatings. 6. Specialties include furnishing and installing fire extinguishers and furnishing and installing wall louvers. 7. Equipment includes furnishing and installing trash rack for discharge line outlet structure, stop log seats and guides, fish screens, adjustable baffles, vertical turbine pumps, line shaft, column pipe, discharge heads, and miscellaneous components, a vertical induction motor and vertical inverter rated motors, and valves and equipment. 8. Special Construction includes designing, furnishing, and erecting metal building system for pumping plant, furnishing and erecting prefabricated metal utility building, designing, furnishing, and installing smoke alarm system, furnishing and installing water-level measuring devices, and furnishing and installing intake (sump) level monitoring system. 9. Mechanical work includes furnishing and installing drainage sump pumping unit, furnishing and installing air burst cleaning system, and furnishing and installing heating and ventilating system. 10. Electrical work includes furnishing and installing grounding and bonding, conductors and cables, and electrical conduit, conduit system and conductors, wiring devices, motor control equipment, power and controls for exhaust fans, interior and exterior lighting system. All work required to be performed and completed within 720 calendar days assuming notice to proceed is issued April 15, 2007. The applicable North American Industry Classification System (NAICS) Code is 237990 and the related small business size standard in millions of dollars is $31. The estimated dollar magnitude of this project is anticipated to be between $5,000,000 and $10,000,000. It is anticipated that the Request for Proposal (RFP) and the specifications will be ready for release on or about October 25, 2006. To obtain a copy of the Request for Proposal (RFP), please visit our website at http://ideasec.nbc.gov. PLEASE NOTE: YOU CANNOT OBTAIN COPIES OF THE RFP AND SPECIFICATIONS OR ADD YOUR NAME TO THE BIDDER'S MAILING LIST UNTIL THE SOLICITATION IS POSTED ON OCTOBER 25, 2006. Details concerning the site visit and how to register will be located in Section L of the solicitation. The solicitation and specifications must be downloaded at http://ideasec.nbc.gov . Only the drawings will be distributed by mail, after Bidder's Mailing List registration. To register: sign in to IDEAS-EC by entering your company's DUNS number and MPIN in the left panel, select the solicitation number, then select "Vendor Interest" in the box above the title Solicitation - Administrative Information. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov. Please direct questions to Debra A. Keith, dkeith@mp.usbr.gov.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=188801)
- Place of Performance
- Address: Chiloquin, Oregon
- Zip Code: 97624
- Country: USA
- Zip Code: 97624
- Record
- SN01163516-W 20061012/061010220656 (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 |