SOURCES SOUGHT
Z -- McNary Outfall Pipe Avian Deterrent System
- Notice Date
- 3/23/2018
- 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, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF18RSS24
- Point of Contact
- Julie Morris, Phone: 5095277227
- E-Mail Address
-
Julie.M.Morris@usace.army.mil
(Julie.M.Morris@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- McNary Avian Cannon Sources Sought Notice: W912EF-18-R-SS24 The US Army Corps of Engineers, Walla Walla District is seeking interested bidders for a construction contract titled: McNary Outfall Pipe Avian Deterrent System. The construction will occur at McNary Dam, 82790 Devore Road, Umatilla, Oregon 97882. This will be a firm-fixed-price construction contract. Construction magnitude is estimated to be between $250,000 and $500,000. 100% Performance and payment bonds required. The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $36,500,000. This sources-sought announcement is a tool to identify interested businesses with the technical experience and capability to accomplish this 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. A.)Provide A capability statement expressing interest in this requirement, a list of no more than five current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary of 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. B.)A list of references for each of the projects submitted in A.) above. Include the point of contact, title, phone number and email address. C.)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. D.)Provide a statement that your firm intends to submit an offer on the project when it is advertised. E.)Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F.)Cage Code and DUNS number. Submit this information to Julie.M.Morris@usace.army.mil, Contract Specialist, via email. Your response to this notice must be received on or before 1:00 PM Pacific Time on April 09, 2017. Summary of Scope of Work: McNary Dam has a juvenile salmon bypass system that releases fish through a 36" OD pipe below the dam, approximately 1,200 feet offshore (south shore). Predatory birds gather at the outfall to capture and eat the exiting fish. To deter birds from eating fish, a pump and sprinkler system was installed. The current hazing system for the McNary Juvenile outfall pipe has had a number of problems. The system has 2 separate configurations and 2 different sprinkler/water cannon configurations all of which have failed completely or have continued maintenance/operational problems. The goal of this project is to provide a reliable system that prevents the juvenile fish mortality cause by bird predations. Most of the existing system will be removed. The new system will focus on providing a near continuous curtain of water around and behind the outfall pipe exit. To accomplish this, a 10-inch HDPE pipe will be laid from the Juvenile Fish Facility head tank to the base of the fish release pipe. This will be approximately 1,400 feet, with about 900 feet of this length of pipe being buried. This pipe will be routed through a 20 hp pump, which will pump water through an 8-inch galvanized steel pipe running the 1,200 foot length of the fish outfall pipe. Water (1,000 gpm) will then be sprayed from duckbill style water truck nozzles to deter predatory birds from feeding on fish that are released through the pipe. Work will consist of removing the existing pump, drilling an access hole into the concrete JFF head tank for the 10-inch HDPE line, laying the 10-inch HDPE line, both above and below ground, installing a 20-hp pump, and running the 8-inch water line out to the end of the outfall pipe. The nozzles will be attached at the end of the 8-inch pipe. Work may require working off a work platform in deep water in varying amounts of current. The contractor will be required to furnish post-award submittals for Government review and acceptance. These submittals may include your mix designs, mechanical packer assembly, project schedule, equipment list, activity hazard analysis, accident prevention plan, AT-OPSEC procedures and employee pre-screening. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The project will involve the development and management of Contractor furnished submittals for items such as product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. The Contractor will be required to use the Government-furnished Resident Management system Contractor Mode (RMS CM) to record, maintain, and submit information throughout the contract period. RMS CM is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the RMS CM software available to the Contractor after contract award. The Contractor will be executing this work in close coordination with McNary project staff during concurrent Government operations and maintenance work within and around dam inspection galleries.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF18RSS24/listing.html)
- Place of Performance
- Address: Umatilla, Oregon, 97882, United States
- Zip Code: 97882
- Zip Code: 97882
- Record
- SN04865178-W 20180325/180323231314-dd154f66e056073513de02d765ec801c (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 |