SOURCES SOUGHT
Z -- Juvenile Fish Facility PIT Tag Detectors, Bypass Flume Relocation, and Dewatering Structure Modifications, Little Goose Dam, WA
- Notice Date
- 5/8/2008
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF-08-R-SS07
- Response Due
- 5/22/2008
- Point of Contact
- Phyllis Buerstatte, Phone: 509-527-7211
- E-Mail Address
-
Phyllis.L.Buerstatte@usace.army.mil
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers (USACE) is seeking sources for the construction project entitled, Juvenile Fish Facility Passive Integrated Transponder (PIT) Tag Detectors, Bypass Flume Relocation, and Dewatering Structure Modifications, at Little Goose Dam, Dayton, Washington. This will be a firm fixed-price construction contract. Construction magnitude is between $1,000,000 and $5,000,000. A bid bond of 20% or $3,000,000, whichever is less, and 100% performance and payment bonds will be required. Construction performance period is during the winter: November 15, 2008 to April 15, 2009. All physical work is outside. Average winter temperatures at Little Goose Dam vicinity are 28 degrees F, http://www.daytonwa.com/information.htm. Liquidated damages are expected to be at least $1,500 for each calendar day of delay in meeting the completion time, beginning March 16, 2009 if the flume cannot be re-watered at that time. Contractor must have technical capabilities and management experience to orchestrate a wide variety of labor crafts, diversified construction activities and subcontractors, with a high degree of efficiency in order to meet the winter work window constraint. Work conditions include elevated work, work on the water, and confined spaces. Contractor must have a past performance history of work similar to the work required. Contractor shall furnish all labor, equipment, plant, material, supplies and incidentals, and perform all work necessary to provide fabrication and installation of a PIT Tag detection system, modification to dewatering structure, ladder access to valves, relocation of fish bypass flume, and installation of 5 new valve actuators, 3 new electrical cabinets and 2 new valve vaults, including all electrical work. Two valves are 42-inch and three valves are 24-inch. Contractor must furnish 5 actuators and relocate the two 42-inch valves. The PIT tag installation is about 70 feet above the ground; welding is required for the structure; and mechanical and electrical work, including fiber optic, are required for installation. There are four PIT tag antennae aluminum shields which are about 8 feet by 6 feet by 8 feet, and the fiberglass pipe section is about 100 feet long with flume to pipe transition pieces. An isolation transformer is required to filter power for the PIT Tag Detector system and 4 transceivers with sun shades are mounted on the structure. The elevated walkway is modified for the shields and includes a work space platform. Outfall relocation will likely require a floating platform to deliver pipe and structural material to the work area in the middle of the river, working over flowing water, downstream of the turbine discharges. The outfall relocation section is about 500 feet long (new pipe and walkway) and mounted on existing pier supports. Dewatering structure modification will require forming and pouring concrete for new dewatering downwell 70 feet tall; structural work for valve access ladder and flume extension is 70 feet overhead; earthwork to install 2 new manholes for relocated valves and new actuators; and mechanical and electrical support installation. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, which can be found online at http://www.hq.usace.army.mil. At the HQ homepage, select Safety and Occupational Health. This sources-sought announcement is a tool to identify qualified potential offerors and determine whether there are capable HUBZone or Service-Disabled Veteran-Owned firms who can accomplish the work. Please indicate your interest by submitting a statement of your firms capabilities addressing the experience, past performance history, technical and management requirements described above, including bonding capacity; and a statement of whether your firm is a certified HUBZone or SDVO small business to Phyllis Buerstatte, Contract Specialist, 201 N. Third Ave, Walla Walla, WA 99362 or by email to Phyllis.L.Buerstatte@usace.army.mil and Kathy.J.Mooney@usace.army.mil Your response to this announcement must be received on or before close of business on May 22, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=11e5bc1a48bf52b6f11f2beee6c15d1e&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN01569053-W 20080510/080508215813-11e5bc1a48bf52b6f11f2beee6c15d1e (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 |