SOLICITATION NOTICE
Z -- John Day North Fish Ladder Entrance Improvements
- Notice Date
- 7/21/2011
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Portland, Contracting Division (CECT-NWP), P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N11R0020
- Response Due
- 9/7/2011
- Archive Date
- 11/6/2011
- Point of Contact
- Robert Fuchs, 503-808-4624
- E-Mail Address
-
USACE District, Portland
(robert.k.fuchs@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Portland District, has a requirement for the John Day North Fish Ladder located close to Rufus, Oregon. The general scope of work is to provide fish passage improvements to the entrance of the fish ladder with a Magnitude of Construction ranging between $10,000,000.00 and $15,000,000.00. The work entails structural, mechanical and electrical trades which will take place over two In-Water Work Seasons. The structural work includes concrete and miscellaneous steel demolition; structural cast-in-place reinforced concrete and under water concrete construction; and, steel fabrication and installation of a variable width weir, stop logs, lifting beam, guide slots and miscellaneous steel. Some of the structural work will require dive operations. Mechanical and Electrical work will include the demolition, procurement and installation of existing sluice gates and electrical equipment. A portion of this work will take place in a confined space and most of the work will take place in an area that is not accessible by road. Water access to the site may be impeded by existing avian lines which would subsequently be required to be removed and replaced by the Contractor. The Work also includes relocation of a Government-furnished mobile crane from the yard area of the John Day Dam and Lock project site to north fish ladder entrance which is not accessible by road. Detailed plans and specifications will be inclusive in the solicitation package. A Site Safety and Health Officer (SSHO) will be provided for all new contracts with this District. For this project, the person that will act as the SSHO is required to have a minimum of 3 years safety work with similar projects and a 30 hour OSHA construction safety class (or equivalent) taken within the last 3 years. The SSHO may have no other duties for this work except function as the on-site CQC Manager. This procurement is unrestricted and open to all businesses. The NAICS Code is 237990 and the small business size standard is $33.5 million. Large businesses will be required to provide a Small Business Subcontracting Plan. Interested concerns must be enrolled in the Central Contract Registry (CCR) at www.ccr.gov or http://ccr.gov/ to conduct business with the Department of Defense. A Request for Proposal (RFP) utilizing the Best Value/Tradeoff method will be issued. Evaluation criteria will be provided in the solicitation and a single firm fixed price contract may be negotiated as a result of this procurement. The solicitation for this project will be issued in electronic format on or about August 08, 2011 with a proposal due date no less than 30 days after issuance; a notice and link to download this solicitation via Army Single Face to Industry (ASFI) at https://acquisition.army.mil/asfi/default.cfm will be posted on the Federal Business Opportunity (www.fbo.gov or http://www.fbo.gov) website when the solicitation is made available for download. Interested parties must be registered with FedTeDS to download solicitation information. Interested parties are responsible for checking the referenced website(s) for updates. The Government is not responsible for any loss of internet connectivity or for any party's inability to access the documents posted at the referenced websites. The point of contact for matters related to this procurement can be addressed by email to Robert Fuchs at robert.k.fuchs@usace.army.mil. All inquiries regarding this solicitation are to be submitted via Bidder Inquiry. Telephone and email inquiries will not be accepted. Bidder Inquiry is a web-based program that allows bidders to post questions regarding the solicitation and to view all questions by other bidders and answers by USACE. The Bidder Inquiry Key and instructions for use will be included in the solicitation in Section 00100 - Bidding Schedule/Instructions to Bidders.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N11R0020/listing.html)
- Place of Performance
- Address: USACE District, Portland Contracting Division (CECT-NWP), P.O. Box 2946 Portland OR
- Zip Code: 97208-2946
- Zip Code: 97208-2946
- Record
- SN02506517-W 20110723/110721235444-000f545fd2159fff640dcf54a4132f6c (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 |