Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
SOLICITATION NOTICE

Y -- Two Phase Design-Build- Albeni Falls Dam Fish Passage

Notice Date
7/30/2024 3:12:54 PM
 
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
W912DW24R0020
 
Response Due
10/1/2024 3:00:00 PM
 
Archive Date
10/16/2024
 
Point of Contact
Charles Idle, Phone: 2063163998, Gregory Cook
 
E-Mail Address
charles.d.idle@usace.army.mil, gregory.a.cook@usace.army.mil
(charles.d.idle@usace.army.mil, gregory.a.cook@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 Albeni Falls Dam (AFD), Fish Passage Facility (FPF), Oldtown, Idaho. The U.S. Army Corps of Engineers � Seattle District, has been tasked to solicit and award a construction contract for the AFD FPF Project. The proposed project will be an unrestricted full and open competitive acquisition using the Federal Acquisition Regulation (FAR) Subpart 36.3, Two-Phase Design-Build Selection Procedures, and FAR 15.101-1, Tradeoff Source Selection Process (i.e., Best Value Tradeoff). It is anticipated that one Solicitation will be issued for the acquisition during Phase One, pursuant to FAR Subpart 36.3. The solicitation will then be amended for Phase Two, pursuant to FAR 36.3, using the FAR 15.101-2- best-value tradeoff (BVTO) source selection process. The contract is expected to be a firm-fixed-price (FFP) with economic price adjustment type contract. A synopsis of the Two-Phase Design Build selection procedures follows. A Solicitation will be issued in Phase One requesting proposals that identify interested firms� qualifications for the project. Phase One proposals should be based on the project description and the Phase One evaluation factors. The evaluation factors are not currently available but will be listed in the solicitation when available. Based on the results of the Phase One evaluation, the Government anticipates selecting a pool of up to three (3) but no more than five (5) of the most highly qualified firms to submit Phase Two proposals. The amended Phase Two Solicitation will require the submission of technical and price proposals, and the re-submission of certain updated information from Phase One. Project Details: The project scope of work consists of design and construction of an upstream trap and haul facility for the passage of sub-adult and adult bull trout.� The planned facility included an entrance structure designed to discharge approximately 300 cubic feet per second (cfs) with two entrances, a gravity water supply system, a transport channel, a pre-sort holding pool, a fish lock for lifting fish, a sorting facility, and a truck loading area.� The operation is anticipated to be year-round, excluding the month of August when temperatures exceed lethal thresholds for bull trout and during periods of river or facility ice-over in the winter.� The facility will operate between tailwater elevations from 2,031 ft. to 2,048 ft.� The gravity water supply can operate at forebay elevations as low as 2,045 ft and forebay-tailwater elevation differentials as low as 4 ft. The construction activities may include installing isolation devices (like a cofferdam or equivalent), delivering materials and equipment by trucks or barge, tunneling through rock, drilling, blasting of rock (both in and out of the water), placing piles, and curing concrete for the assembly and attachment of the parts.� Most of the structure will be assembled on land; however, construction of the entrance structure and parts of the facility water intake structure may need to occur from a floating barge.� The staging areas will be coordinated with AFD personnel. Limited laydown areas will be located on the right abutment within the adjacent to the USACE employee parking area. In accordance with DFARS 236.204, the magnitude of construction is estimated to be between $100,000,000 and $250,000,000. The resulting contract will be firm 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. The anticipated solicitation issuance date for Phase One is on or about 30 August 2024, and the estimated proposal due date will be on or about 1 October 2024. The date for issuance of the Phase Two amendment is yet To Be Determined (TBD). W912DW24R0020 is the official solicitation number and it will be issued under SAM.gov via PIEE.eb.mil. All 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. ***Please note the project description was updated on 30 July 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8d3676eb30b343eb834e013c44113c57/view)
 
Place of Performance
Address: Oldtown, ID 83822, USA
Zip Code: 83822
Country: USA
 
Record
SN07148684-F 20240801/240730230117 (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.