SOURCES SOUGHT
Y -- RECOVERY--Y--Construction of fish passage facilities at Turner Reservoir Dam, Hunts Mill Dam, and Omega Dam, Ten Mile River, East Providence, Rhode Island
- Notice Date
- 2/18/2010
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-10-X-0006
- Response Due
- 3/3/2010
- Archive Date
- 5/2/2010
- Point of Contact
- Tina M. Krawczyk, 978 318 8268
- E-Mail Address
-
USACE District, New England
(tina.m.krawczyk@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for construction of fish passage facilities at Turner Reservoir Dam, Hunts Mill Dam, and Omega Dam, Ten Mile River, East Providence, Rhode Island. The NAICS code for this procurement is 237990 with a size standard of $33.5 M. The estimated construction cost is between $1,000,000 and $5,000,000. The project is planned to be issued/solicited in March 2010 and the performance duration is estimated to be 500 calendar days. The Ten Mile River is located in East Providence, Rhode Island at the head of Narragansett Bay directly to the east of Providence, Rhode Island. The proposed aquatic ecosystem restoration plan would restore anadromous fish migration to the lower Ten Mile River. The plan consists of providing fish and eel passage at the three lowest dams on the Ten Mile River: Omega Pond Dam, Hunts Mill Dam and Turner Reservoir Dam. The projects may be issued together as one solicitations or separately with Turner Reservoir and Hunts Mill Dam being issued as one solicitation package in April 2010 and Omega Dam issued as a separate solicitation in late summer. The proposed Turner Reservoir Project consists of constructing a 4- foot wide concrete Denil fish way that would be placed adjacent to the eastern abutment of the concrete spillway. The fish way is made of reinforced concrete ramp that will extend from the base of the dam to the top of the spillway with a 15-foor vertical rise. The entrance to the fish way would be situated in the stilling basin at the base of the spillway. As the inlet faces downstream at a 45-degree angle, the fish way makes a 135-degree turn before ascending 6 feet to a 10- foot turning pool. The upper sloping leg of the fish way is 60 feet long ascending another 7.5 feet and terminates at an exit channel about 22 feet long. This exit channel would be cut into the spillway about 1.1 feet. Upstream passage would be provided via a 3- foot wide by one-foot deep notch in the spillway. This notch would be situated about 19 feet from the eastern spillway abutment. Cofferdams will be required to de-water the construction area. Less than 100 cubic yards of riverbed material will be excavated in order to construct the foundation that will be supported on drilled shafts. The dredged materials will be disposed of at an approved upland site. The proposed Hunts Mill Dam project consists of constructing the concrete Denil fish way within the existing historic mill foundation adjacent to the western side of the dam. The entrance to the fish way would be situated near the base of the dam. As the inlet faces downstream at a 20-degree angle, the fish way makes a 110-degree turn before ascending 3 feet to a 10-foot turning pool. The upper sloping leg is 42.5 feet long ascending another 5.4 feet and terminates at an exit channel about 11 feet long. A trapping system would be constructed within the exit channel. Salvage and restoration of a historically significant stone masonry will be required. Cofferdams will be required to dewater the construction area. The proposed Omega Dam project consists of constructing a 4-foot wide concrete Denil fishway adjacent to the left abutment of the spillway to provide upstream fish passage. The entrance channel to the fishway would be 30-inches wide and be situated at the base of the spillway at a 45-degree angle to the direction of flow. The fishway would then widen to 4 feet as it turns 135 degrees. After a 10-foot level section, the fishway would ascend parallel to the spillway/bridge abutment for a length of 42.5 feet. The fishway then turns180-degrees at a 10-foot long turning/resting pool. Then it would ascend an additional 57.5 feet to an 8.5-foot long exit channel to be cut into the existing spillway. Cofferdams will be required to dewater the construction area. There is also an existing 16 gas line that needs to be removed and replaced within the construction area. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone etc.) as well as qualifications of the team and experience in performing the work requirements stated above. Firms must submit past demonstrated experience to include at least two examples of projects they completed similar in scope and magnitude to the project described above. Additionally, interested firm should indicate their experience in: 1.Control and diversion of water for riverine construction, including subsurface dewatering. They need to be experienced in construction of cofferdams for river diversion and control, in tidal river environments. Also need to be experienced in groundwater control with regards to excavations in the 10 to15 feet depth range in pervious ground with high water tables. 2.Installation of drilled shafts with height restrictions. 3.Custom form work and shoring for cast-in-place concrete. Experience may be demonstrated by citing projects that involved dams, spillways, retaining walls or hydraulic structures. 4.Urban infrastructure, including concrete/masonry repair and rehabilitation. Work on historically significant structures involving concrete/masonry repair and rehabilitation. Experience may be demonstrated by citing projects where masonry was salvaged for re-use or where unique materials or procedures were required to preserve aesthetics features, 5.Construction of Denil fishways with entrance channel, denil baffle section, and exit channel. Proof of bonding capability is required. Responses are due March 3, 2010. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Tina Krawczyk. Responses are limited to twenty (20) pages. Firms interested shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Additional Info: New England District, Corps of Engineers Contracting Office Address: US Army Engineer District, New England, 696 Virginia Road, Concord, MA 01742-2751
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-10-X-0006/listing.html)
- Place of Performance
- Address: USACE District, New England 696 Virginia Road, Concord MA
- Zip Code: 01742-2751
- Zip Code: 01742-2751
- Record
- SN02069295-W 20100220/100218235829-9c28d05d590a5180b870778a935c1d95 (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 |