Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2023 SAM #7957
SOURCES SOUGHT

Z -- Sources Sought: Bonneville Concrete Fish Ladder Rebuild

Notice Date
9/8/2023 2:32:42 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N24SS0003
 
Response Due
9/22/2023 3:00:00 PM
 
Archive Date
10/07/2023
 
Point of Contact
Aragon Liebzeit, Clinton Jacobsen
 
E-Mail Address
aragon.n.liebzeit@usace.army.mil, clinton.m.jacobsen@usace.army.mil
(aragon.n.liebzeit@usace.army.mil, clinton.m.jacobsen@usace.army.mil)
 
Description
1.� General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond. Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations. The North American Industrial Classification Code (NAICS) for this requirement is:� 237990; Other Heavy and Civil Engineering Construction. The related size standard is:� $45M. Formal Sources Sought Response Due � 22 September 2023 at 3:00 pm PDT. 2. Project Background. Bonneville Lock and Dam, built and operated by the U.S. Army Corps of Engineers (USACE), was the first federal lock and dam on the Columbia and Snake rivers. The project�s first powerhouse, spillway and original navigation lock were completed in 1938 to improve navigation on the Columbia River and provide hydropower to the Pacific Northwest. A second powerhouse was completed in 1981, and a larger navigation lock in 1993.� Today, the project is a critical part of the water resource management system that provides flood risk management, power generation, water quality improvement, irrigation, fish and wildlife habitat and recreation along the Columbia River. Since the 1960�s, there has been a steady decline of Pacific Lamprey (Entosphenus tridentatus) passing the dams on the Federal Columbia River Power System.� Scientists have attributed the decline to several causes including pollution, habitat loss, irrigation, intentional removal, ocean conditions, and difficulty passing dams. The purpose of this project is to improve upstream passage success for Pacific Lampreys and reduce passage delay for adult salmonids.� The work is being completed as a component of the preferred alternative identified in the Columbia River System Operations (CRSO) Environmental Impact Statement (EIS) and the 2020 Columbia Basin Fish Accords. The EIS specifies that the existing serpentine control section will be replaced with a vertical slot and orifice control section, similar to those in use at Ice Harbor and John Day dams. 3.� Project Scope. The scope of this contract will replace the existing serpentine control section in the Washington shore fish ladder with a vertical slot and orifice control section. Seventeen of the eighteen existing concrete baffles will be demolished and replaced with nine baffle pairs, each with a vertical slot and two orifices; a large orifice to allow passage by salmon or lamprey and a small orifice that will only allow passage by lampreys. Lamprey refuge boxes will be provided approximately in line with the lamprey orifices. Passive Integrated Transponder (PIT) tag antennas (to be fabricated and delivered by others) will be installed in the slots and both orifices of four of the baffle pairs, along with associated power supplies and fiber-optic transceiver panels, and a connection to the fisheries lab. Access to the PIT tag antennas will be provided by a contractor-designed non-ferrous walkway over the baffles which does not interfere with PIT tag detection. a. The following information represents the project objectives: Working within a rigid in-water work window and firm deadline. Working in severe winter weather. Concrete demolition and installation. Electrical panel and conduit installation. Low voltage electrical wiring and fiber optic communications. Design, procure and install walkway. Modifying existing structures. b.� Anticipated Construction Schedule:� CENWP intends to advertise in July or August of 2024 and award a Construction Contract in September 2024 with required construction completion by February 2025.� c.� Estimated Construction Cost (ECC):� The current magnitude of construction is between $1M and $5M. Reference FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude. d.� Number and Type of Contracts: NWP contemplates awarding one firm-fixed-price construction contract. The acquisition strategy decision has not yet been determined. Maximum Small business participation is being sought at both the Prime and subcontracting levels. e.� Anticipated Source Selection Process:� The expected method to determine the best value to the government is undecided at this time. 4.� Project Specific Constraints and Challenges. a.� All construction must be completed during the in-water work window from early December 2024 through February 2025.� 5.� Questions for Industry. Is there anything in our draft plans and specs that would discourage you from bidding? Is there anything in our draft plans and specs that would cause enhanced pricing uncertainty? Are there any market conditions or industry practices that you feel the government needs to be aware of? Would the Government decision to use best-value tradeoff increase or decrease your firm�s interest in providing an offer once the solicitation is issued?� Will your firm more likely bid this project if it is issued as an Invitation for Bids (IFB)?� 6.��Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought W9127N24SS0003: Bonneville Concrete Fish Ladder Rebuild.� Please email to Clinton M. Jacobsen, Contracting Officer, at Clinton.M.Jacobsen@usace.army.mil �and Aragon Liebzeit, Contract Specialist, at Aragon.N.Liebzeit@usace.army.mil before 3:00 pm Pacific Daylight Time on 22 September 2023. Interested parties� responses to this Sources Sought shall be limited to 6 pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. Firm's business category and size: �Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB). An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. A description of work performed under similar project constraints and challenges listed under paragraph 3. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), in-water work project(s) or project(s) with limited construction timeframes during winter. These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following: Project Title Contract Number Contract award date Customer name, phone number and email address Prime or Subcontractor Initial contract dollar value Final contract dollar value Initial contract completion date Final contract completion date Customer satisfaction The Government may verify information in CPARS or PPIRS. Firm's Joint Venture information if applicable - existing and potential. Firm's Bonding Capability in the form of a letter from Surety. Firm's interest and the likelihood in bidding/proposing on the solicitation when it is issued. (Refer to planned advertise and performance dates). Responses to the government�s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. 7.� Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain active for the duration of the solicitation process to be eligible for award of a Government contract. 8.� Attachments. Draft Plans and Specifications
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f4445e98515546e693ac29d80fc6cbc6/view)
 
Place of Performance
Address: North Bonneville, WA 98639, USA
Zip Code: 98639
Country: USA
 
Record
SN06824894-F 20230910/230908230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.