Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2024 SAM #8112
SOLICITATION NOTICE

Y -- Howard A. Hanson Dam AWSP Fish Passage Facility

Notice Date
2/10/2024 3:14:30 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW24R0004
 
Response Due
5/28/2024 2:00:00 PM
 
Archive Date
06/12/2024
 
Point of Contact
Gregory Cook, Alex R. Marcinkiewicz, Phone: 2067643773
 
E-Mail Address
gregory.a.cook@usace.army.mil, alex.r.marcinkiewicz@usace.army.mil
(gregory.a.cook@usace.army.mil, alex.r.marcinkiewicz@usace.army.mil)
 
Description
This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing to the Point of Contact(s) indicated below. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. FY24 Howard A. Hanson (HAHD), Additional Water Storage Project (AWSP), Fish Passage Facility (FPF) The U.S. Army Corps of Engineers � Seattle District, has been tasked to solicit and award a construction contract for the HAHD AWSP FPF Project. The proposed project will be a competitive, fixed price, Integrated Design and Construction (IDaC), contract procured in accordance with FAR 15, Negotiated Procurement using the Best Value Tradeoff process. Project Details: The project scope of work consists of construction of a downstream FPF at HAHD. The dam provides flood risk reduction in the winter and municipal and environmental water supplies in the summer. The reservoir water level is low in the winter and high in the summer, except for flood control. The proposed FPF site is located adjacent to the existing control tower and regulating outlet for HAHD. The facility consists of a fixed multiport collector, steep slope bypass, deceleration tunnel, and outfall stilling basin structures. The main facility is approximately 220 feet long by 40 feet wide by 200 feet tall (about 140 feet is buried). The project is on an accelerated time frame for construction completion. The construction of this project will have constraints which include but are not limited to: Seasonal work windows, blasting requirements, monitoring and construction work taking place alongside an active Hydroelectric dam while the dam continues to operate normally. Construction of the fish passage will be required to be in coordination with the terms of the Biological Opinion which can be found at https://ecos.fws.gov/tails/pub/document/9799287. The anticipated acquisition strategy is to utilize the Integrated Design and Construction (IDaC) delivery method and selection process. ""Integrated Design and Construction"" means the construction contract type where design and construction are contracted concurrently through two efforts. Specific to this project, the design (i.e., architect-engineer) will be performed in-house (i.e., by the Government), and an award will be made to a construction contractor. The proposed strategy permits an award of the construction contract early on in the project's development through a competitive process. This early construction contractor involvement enables the selected construction contractor to provide constructability and cost input to the Designer of Record as the design progresses. In accordance with DFARS 236.204, the magnitude of construction is estimated to be over $500,000,000. The resulting contract will be fixed price with economic price adjustment. See the solicitation for details about offer submission. The NAICS code for this procurement is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $45,000,000 in average annual receipts. The solicitation will be UNRESTRICTED. Anticipated solicitation issuance date is on or about 29 March 2024, and the estimated proposal due date will be on or about 28 April 2024. The official solicitation number W912DW24R0004 will be issued under SAM.gov via PIEE.eb.mil. The Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to www.SAM.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the �Add Me To Interested Vendors� button in the listing for this solicitation on www.SAM.gov. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8a67ca16e344413888881c74d711d0ab/view)
 
Place of Performance
Address: Ravensdale, WA 98051, USA
Zip Code: 98051
Country: USA
 
Record
SN06962102-F 20240212/240210230036 (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.