Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2008 FBO #2291
SOURCES SOUGHT

Y -- Seattle District is seeking sources to complete the final excavation to design grade and install the personnel access and fish attraction water tunnel for the Fish Passage Facility at Howard Hanson Dam.

Notice Date
3/3/2008
 
Notice Type
Sources Sought
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-08-R-9999
 
Response Due
3/17/2008
 
Archive Date
5/16/2008
 
Point of Contact
BOBBIE WEITZEL, 206-764-6692
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle
(barbara.a.weitzel@nws02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT; THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS: The purpose of this notice is to obtain market research to determine the availability and adequacy of potential business sources to support acquisition of these requirements using a competitive Request for Proposal. For the purposes of this Sources Sought, please reference RFP W912DW-08-R-9999 The U.S. Army Corps of Engineers (hereinafter referred to as the Corps), Seattle District is seeking sources to complete the final excavation to design grade and install the personnel access and fish attraction water tunnel for the Fish Passage Facility at Howard Hanson Dam, Howard Hanson Dam is used for flood control and the public drinking water supply for the Ci ty of Tacoma and is located in King County near Ravensdale, Washington. The Dam is located wholly within the City of Tacoma Watershed and access is controlled by a gate at the Citys Headworks Facility. Personnel and equipment accessing the Dam construct ion areas will be required to register with the City. Howard Hanson Dam is located 4.5 miles upstream from the Headworks facility. The existing Dam structure is being modified to include a multi-elevation fish passage facility to ensure upstream and downstream movement of endangered salmon species. This modification is required under the Endangered Species Act and the 1998 Biological Opinion for the City of Tacomas Additional Water Supply Project. The fish passage facility structure constructio n currently is scheduled for 2010. The final excavation and tunneling must be completed before the facility structure can be constructed. The current excavation is approximately 80 feet deep in fractured volcanic bedrock with the excavation bottom elevation at elevation 1074 feet and the work site is separated from the reservoir by a cofferdam to elevation 1169 feet. Ground surface elevations vary from 1150 to 1165 feet around the excavation. The contractor will be expected to deepen the excavatio n to elevations ranging from 1054 to 1021 feet and construct two tunnels that will link the final structure to the existing outlet tower and the existing outlet tunnel. The personnel access tunnel, located from elevation 1071 to 1067.4, will be approximat ely 30 feet long, 6 feet wide and 8 foot tall concrete lined tunnel excavated through rock. The attraction water conduit upstream invert is at approximately elevation 1129, will be approximately 65 long, 6 feet wide of variable height with a minimum of 9. 5 feet, is concrete lined, excavated through rock, and will connect the final fish passage facility to the existing outlet tunnel. The attraction water conduit construction includes demolition and construction of the portal at the juncture with the existi ng outlet tunnel. Excavation of portions of the sidewall of the excavation above elevation 1074 feet are also required. The contractor will be expected to control all water from the concrete work to be compliant with the Corps Water Quality Permit with t he Washington State Department of Ecology. All construction spoils will be hauled to designated disposal sites within the Watershed. A bedrock dewatering system is already in place and will managed by the government. The Corps previously released this work scope in September 2007. All technical requirements remain the same; however, THIS work scope DOES NOT include several minor pieces of work that will be completed in 2008. All work contained in this work scope will be accomplished in the dry be hind the existing coffer dam. REQUIREMENT: Offerors must have a positive, proven track record in the industry and reputation for completing work within the negotiated schedule, scope, and cost for complex blasting, excavation, and tunneling pr ojects near critical structures. The specific requirements are as follows: " Tunnel excavation and liner construction, including excavating tunnels in r ock, installing rock support in unlined tunnels, and installing concrete liners while protecting nearby critical structures. " Work to be completed in the existing flood control tunnel is constrained by the annual outage window in the flood control tun nel, which occurs from approximately mid-July to Mid-September " Rock excavation, including rock slope stability support (e.g., cement-grouted rock dowels and shotcrete). " Close-in blasting or mechanical rock excavation near critical structures " Foundation drilling and grouting in bedrock (for facility construction at final design elevation). " Instrumentation installation, maintenance, and data interpretation for early warning of potential excavation slope failure and to vary excavation metho ds near critical structures. Instrumentation previously installed includes, vibrating wire piezometers, inclinometer casings, multi-point borehole extensometers, liquid level gages, crack meters, strain gages, sister bars, load cells, and seismographs.<BR >" Water quality maintenance " Management of water that enters the excavation. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a comm itment by the Corps. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their interest, capability (personnel, facility, equipment, schedule slots, and materials) and ability to meet all requirements stated above. Firms responding to this notice must identify their companys capabilities to perform the requirements described herein, reference the number and indicate whether or not that they are a small busines s concern as defined in FAR 52.219-1. The NAICS code is 332312. The Small Business size standard is 500 employees. The information received as a result of this synopsis will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Corps not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Corps. The Corps does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a Firm Fixed Price (FFP) contract will be awarded in 2008. All responses may be sent via e-mail to: sharon.j.gonzalez@usace.army.mil or mailed to Contracting, U.S. Army Corps of Engineers, Attention: Sharon Gonzalez, P.O. Box 3755, Seattle, WA 98124. Fax Number: 206-764-6819. Responses to this sources sought synopsis are due in the office by Close of Business (COB) 17 March 2008.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN01522577-W 20080305/080303224226 (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 |
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.