SOURCES SOUGHT
Z -- Bonneville and John Day Dams: Lamprey Passage Structure Development and Improvement - Design Document Report
- Notice Date
- 11/8/2015
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N-16-R-0028
- Archive Date
- 12/5/2015
- Point of Contact
- Daniel J. Ellis, Phone: 5038084603, Barbara V. Byam, Phone: 5038084606
- E-Mail Address
-
daniel.j.ellis@usace.army.mil, barbara.v.byam@usace.army.mil
(daniel.j.ellis@usace.army.mil, barbara.v.byam@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Lamprey Passage System Design Document 1. General This is a SOURCES SOUGHT Notice and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for The Lamprey Passage Structure: John Day and Bonneville Dams, U.S. Army Corps of Engineers (USACE). The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. The purpose of this project is to improve upstream migration efficiency for Pacific lamprey through Bonneville Dam. The project consists of three primary tasks, outlined below. All work will take place at the Washington Shore fish ladder. A. There is an existing lamprey passage structure in and over the fish way near the upstream exit of the fish way. The structure consists of aluminum ramps, boxes, and flumes as well as pumps and electrical components. The contractor will construct two new aluminum collector ramps, new rest boxes, a platform and stairway, and a flume to connect to the existing LPS in the MUWS Channel. The contractor will also install a new water supply system (with two pumps) for the new LPS The start of the system, from the collector ramps to rest box 3 will be made from fabricated aluminum, while the long traversing flume (~140ft) will consist of 10-inch irrigation pipe that the contractor will modify with access hatches. The platform and stairway to access rest boxes 1 and 2 will be made of steel. The overall flume system will be approximately 200 feet long. The contractor will also replace exiting electrical components, provide new pumps and pump controls, and other minor improvements. Any activities in or over the fish way must occur during the period 1 Dec 2016 to 28 Feb 2017. B. There is an existing lamprey flume system (LFS) that is attached to the downstream entrance of the fish ladder and is suspended over the tailrace. The contractor will install an air manifold on the water supply box hatches of the "Upper Flume" to vent entrained air and will also install "separator plates" and "porosity plates" within the "Upper Flume". Also at the LFS, the contractor will replace the lower inspection port on the "Upper Flume" and install a platform and stairs to access the first rest box located on the south wall of the WA Shore fish ladder (just D/S of the North Upstream Entrance). All items will be fabricated from steel. Work on the LFS will occur over the water within the boat restricted zone (BRZ), and needs to occur during periods of low tail water elevation (October to November 2016) in order to access lower portions of the flume. USACE will coordinate with fisheries agencies for this early in water work (IWW) since it is outside of the normal Dec -Feb IWW window dates. C. The contract will also include fabrication and installation of minor modifications within the fishway. In the serpentine section of the ladder, up to eleven (approx. 1.5" x 16") orifices will be cut into the base of the serpentine weirs. Six to twelve lamprey refuge boxes will be mounted to the floor of the fishway to provide a place for lamprey to rest and take refuge during the day. Guides will be installed in up to six location to facilitate video monitoring. The purpose of the video monitoring is to confirm previous studies of how the orifices and refuge boxes affect passage. Diffuser plating will be installed in the lower ladder/transition pool, some of which has already been fabricated and is onsite. Metal components will be fabricated from stainless steel and coated with epoxy to the underside and all surfaces where new stainless steel diffuser plates and associated fasteners come into direct contact with existing metals. 3. Sources Sought No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses including 8(a) firms, Historically Underutilized Business Zones (HUBZone), and Service-Disabled Veteran-Owned Small business (SDVOSB). All categories are highly encouraged to respond. Respondents will not be notified of the results of the evaluation. 4. Required Information to be included in Response Responses to this SOURCES SOUGHT must include the following information: A. Firm's name, address, point of contact, phone number, and email address. B. Firm's interest in bidding on the solicitation when it is issued. C. Firm's business category and size. D. Firm's capability to perform a contract of this magnitude and complexity, include comparable work performed to include: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project- provide at least three (3) recent examples. PLEASE SHOW CAPABILITIES IN ALUMINUM FABRICATION (AWS CERTIFICATIONS). STRUCTURAL/NON-STRUCTURAL ALUMINUM FABRICATION AND/OR INSTALLATION IN COMPLIANCE WITH AMERICAN WELDING SOCIETY (AWS). PLEASE SHOW CAPABILITIES IN ADDRESSING AND WORKING UNDER A COMPRESSED SCHEDULE. SHOW PAST EXPERIENCES WORKING WITH CONTINGENCIES THAT MAY ARISE AND HOW TO DEAL WITH THEM, SITE CONSTRAINTS, AND HOW YOU COMPLETED THE WORK ON TIME AND WITHIN THE SCHEDULED LOCK OUTAGE. 5. Point of Contact For technical questions, please contact, Daniel J. Ellis, Daniel.j.ellis@usace.army.mil. 6. Acceptability of Responses Firm's responding to this source sought announcement, which fail to provide the above requested information, will not be used to assist the Government in making the acquisition decision, as is the intent of this SOURCES SOUGHT announcement. Interested Firm's shall respond to this SOURCES SOUGHT no later than 16:00 Pacific Standard Time (PST), 20 Nov 2015. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Daniel J. Ellis, Daniel.j.ellis@usace.army.mil. EMAIL IS THE ONLY ACCEPTABL METHOD FOR RECEIVING RESPONSES TO THIS SOURCES SOUGHT. The NAICS code for this requirement is 237990. The size standard is $36.5 million. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at carol.a.mcintyre@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-16-R-0028/listing.html)
- Place of Performance
- Address: Oregon, United States
- Record
- SN03941210-W 20151110/151108233235-7510c0ace2ef908497d2887f1eae6cb2 (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 |