COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 20, 2001 PSA #2791
SOLICITATIONS
Y -- BONNEVILLE SPILLWAY FLOW DETECTORS AND GATE HOISTS
- Notice Date
- February 15, 2001
- Contracting Office
- U.S. Army Corps of Engineers, Portland District, P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- DACW57-01-B-0002
- Response Due
- May 17, 2001
- Point of Contact
- Administrative -- Sandra Hillebrandt (503) 808-4615 Technical -- Joseph El Khal (503) 808-4940
- Description
- Bonneville Project is located on the Columbia River, 42 miles East of Portland, Oregon at river mile 146 on the Columbia River. The Bonneville Spillway is located between Bradford Island on the State of Oregon south side and Cascade Island on the Washington State north side. Spillway operations at Bonneville result in total dissolved gas concentrations that exceed State and Federal water quality standards. The goal of this project is to provide structural and operational improvements that will allow the Corps to come closer to meeting those standards. The Bonneville Spillway consists of 18 bays. Spillway flow deflectors have been constructed within bays 4 to 15 and 18 to reduce the saturation of total dissolved gasses. These deflectors were designed for high involuntary spill flow events and do not provide optimum performance for the lower voluntary spill flows required for juvenile fish passage. Spillway bays 1, 2 and 3 on the north side of the spillway and spillway bays 16 and 17 on the south side of the spillway do not have deflectors. The design and construction of 5 additional spillway flow deflectors in bays 1, 2, 3 and 17 and the demolition and reconstruction of the spillway flow deflector in bay 18 have been recommended for reducing the saturation of total dissolved gasses generated by voluntary and normal spillway operations. The Bonneville spillway gates are controlled by 14 mechanical gate hoist and 2 spillway gantry cranes. The hoists and gantry cranes are remotely operated from the powerhouse control room. The spillway gates are opened and closed in increments of a one "dog" opening which corresponds to approximately 2 feet of vertical gate lift, or about 3000 cfs. Two additional gate hoist and reprogramming of the gate control system to operate on one-half foot openings have been recommended. These improvements will provide for operational flexibility that may further reduce the saturation of total dissolved gasses. There is indication the existing deflectors are too high for voluntary and normal spillway flow releases. It is recommended that following the construction of flow deflectors in bays 1, 2, 3, 16, 17 and 18 deflectors, that the performance of the new and existing deflectors be compared. Conducting a field test below the Bonneville spillway would make this comparison. Recommendations to modify the existing spillway flow deflectors would be made pending the results of this test. The contractor shall be required to commence work under this contract within ten calendar days after the date the contractor receives notice to proceed, and complete all work no later than 204 calendar days after commencing work. The Government anticipates a Firm Fixed Price Contract with an estimated amount between $1,000,000 and $5,000,000. Invitation for Bids (IFB) for the BONNEVILLE SPILLWAY FLOW DEFLECTORS AND GATE HOISTS, DACW57-01-B-0004 will be available free of charge, on or about April 17, 2001 on compact disk (CD-ROM) only. Plans and Specifications will not be provided in a paper hard copy format. Tentative Bid Opening Date is May 17, 2001. This procurement is open to both large and small business concerns. The small business size standard for this acquisition including all affiliates, having average annual sales or receipts of the preceding three years cannot exceed $27.5 Million. Please indicate business size when responding. Interested firms are encouraged to request a copy of the Invitation for Bid by registering on our website at www.nwp.usace.army.mil If internet access is not available interested firms may fax their requests to (503) 808-4605, Attn: Courtney Wait Requests should include the solicitation number, Project title, company name, mailing address, physical street address, telephone number, fax number and business size. Technical questions may be addressed to Joseph El-Khal (503) 808-4940. Administrative questions may be addressed to Sandra Hillebrandt (503) 808-4615. SIC 1629 / NAICS 23493.
- Record
- Loren Data Corp. 20010220/YSOL003.HTM (W-046 SN50D8D7)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on February 15, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|