SOURCES SOUGHT
Z -- Oregon Shore Fishway Improvements, Umatilla County, Umatilla, Oregon
- Notice Date
- 7/23/2009
- 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
- W912EF09-R-SS30
- Response Due
- 8/4/2009
- Archive Date
- 10/3/2009
- Point of Contact
- D. Scott Shelley, (509) 527-7208<br />
- E-Mail Address
-
US Army Engineer District, Walla Walla
(devon.s.shelley@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project titled: Oregon Shore Fishway Improvements. The fishway is a part of McNary Dam near Umatilla, Oregon. This will be a firm-fixed-price construction contract. The estimate for the work is between $500,000 and $1,000,000. The period of performance is approximately 120 days and must be completed NLT 1 March 2010. The performance period includes an 11 January 2010 through 20 February 2010 in-water work window. A 20% bid bond will be required. Performance and payment bonds (100%) will also be required. Summary of Statement of Work The work will consists of improvement to the two Fish Ladder bulkhead guide slots and Lamprey enhancements within the fish ladder to improve their passage. The Fish Ladder exit is located on the upstream side of McNary Lock & Dam. Access to the work area will be limited to small equipment from the fish ladder section of the dam. The work to be performed on the existing bulkhead guide slots will be performed in the dry using the old bulkheads. De-watering will need to be provided, expected flow rate of 30 to 40 GPM of water is anticipated-one submersible pumps will be needed to keep this area in the dry and the other pump on standby. The Fish Ladder bulkhead guide slots work will involve fabricating and installing stop log guides from stainless steel plate, for 2 fish ladder exits. The guides will be fabricated from plate up to inch thick. The maximum dimensions for the fabricated guide assemblies will be approximately 14 feet. Fabrication will involve cutting, welding and bending of the plate. Total weight of all the guide assemblies will be approximately 4500 LBS. The guides will be installed using 46 1 inch diameter X 27 inch long stainless steel under cut concrete anchors. After the guides are anchored in place they will be filled with approximately 75 cubic feet of pumped concrete. The Lamprey Fish Ladder improvements work will consist of providing eight passage slots inserts-two within each weir location needing them (4 inches tall by 18 inches long - made from stainless steel plating) offset 6 inches from the existing vertical fish ladder side wall and stainless steel plating over diffuser grating (18 inch width from the existing vertical fish ladder weirs and side walls). Work locations for the ramps and inserts will be in the tilting weir section of the fish ladder, just downstream from the location of the Fish Ladder bulkhead guide slots and the plating over the diffuser grating [three work locations - area within each bay is 30 feet wide by 60 feet long-plating placement only along the side of each bay] is located in the lower end of the fish ladder. The Stainless Steel passage slots inserts will need to be fabricated in advance and the existing reinforce concrete within the tilting weir section removed before installation. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, at http://www.usace.army.mil/CESO/Documents/EM385-1-1FINAL.pdf. This sources-sought announcement is a tool to identify concerns with the capability to accomplish the work. Only those firms who respond to this announcement by submitting a statement of their current or past technical experience (what the firm has done) and current or past performance (how well the firm did it) similar to or the same as the requirements stated above, will be used in the determination of whether to set this requirement aside. The North American Classification System (NAICS) Code for this project is 237990. The associated small business size standard is $33,500,000. Include a statement indicating the size of your business (HUBZone or Service Disabled Veteran Owned small business concern) to D. Scott Shelley, Contract Specialist, 201 North 3rd Avenue, Walla Walla, Washington 99362 or email responses to Devon.S.Shelley@usace.army.mil. Your response to this notice must be received on or before close of business on August 4, 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF09-R-SS30/listing.html)
- Place of Performance
- Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
- Zip Code: 99362-1876<br />
- Zip Code: 99362-1876<br />
- Record
- SN01884744-W 20090725/090723235500-45a617920d15b1687057bcf439bbf581 (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 |