SOURCES SOUGHT
P -- FRANKLIN DELANO ROOSEVELT LAKE DEBRIS DISPOSAL
- Notice Date
- 10/5/2011
- Notice Type
- Sources Sought
- Contracting Office
- Bureau of Reclamation - PN - Regional Office 1150 N. Curtis Road, Ste. 100 Boise ID 83706
- ZIP Code
- 83706
- Solicitation Number
- R12PS10005
- Response Due
- 10/28/2011
- Archive Date
- 10/4/2012
- Point of Contact
- Paula Collins - FAX 208-378-5108 Purchasing Agent 2083785110 pcollins@usbr.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: Sources Sought and Informational Site Visit for Debris Collection and Removal Services on the Upper Columbia River, Grand Coulee Project, WA Later this year, the Bureau of Reclamation intends to issue a solicitation for a contract for the operation and maintenance of a series of log booms for the collection and disposal of floating debris on Franklin D. Roosevelt (FDR) Lake. FDR Lake was formed by the impoundment of the Columbia River behind the Grand Coulee Dam. The work sites are at the upper end of FDR Lake near the town of Kettle Falls, Washington, which is approximately 80 miles North/Northwest of Spokane, Washington. The site may not be accessible at the time offers may be solicited and received, so we are conducting a site visit this fall so potential offerors can inspect the site conditions, access in and out of the site, etc. The informational site visit for the work described below will be held on Tuesday, October 25, 2011. WE STRONGLY ENCOURAGE YOU TO ATTEND THIS SITE VISIT IF YOU ARE INTERESTED IN COMPETING FOR THE CONTRACT WHEN THE REQUIREMENT IS SOLICITED. COMPETITION: This action will most likely be an unrestricted, full and open competition and will not be set-aside for any classification of small business concerns. AWARD TYPE: Any subsequent contract will be Fixed Price. The term of the contract has not been determined but may be solicited on a yearly basis, or possibly a base year and 4 option years. Information gathered from this site visit and through the pre-solicitation process will help make the decision on how this contract will be awarded. PREVAILING WAGE: A Service Contract Act Prevailing Wage may apply to any award issued by this solicitation process. At the time of solicitation, the current wage determination, occupational code and title will be added. DATES:Informational Site Visit: October 25, 2011 Estimated Pre-solicitation issue date: November 3, 2011 Estimated Solicitation issue date: December 1, 2011Estimated Offer due date: December 30, 2011 Estimated Award date: Early 2012 EVALUATION FACTORS:The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation is most advantageous to the Government, price and other factors. The following factors may be used to to evaluate offers (subject to minor revision at time of solicitation): 1. Technical Approach (method)2. Past Performance (how well you've performed)3. Safety4. Experience (how much you've done)5. Key Personnel6. Equipment7. Price and Other Price-related factors The technical approach is individually more important than past performance, safety, experience, key personnel and equipment. Past performance, safety and experience are of equal importance and individually are important than key personnel and equipment. Key personnel and equipment are of equal value. Factors 1 through 6, when combined are more important than price and price-related factors. DESCRIPTION OF WORK:Reclamation has two debris collection sites and one debris removal site on the Columbia River near Kettle Falls, WA. The two collection sites are location at China Bar (approximately River Mile 724) and at the mouth of the Kettle River (approximately River Mile 707). The disposal site is at Boise Cove, downstream from the mouth of the Kettle River (approximately River Mile 702). The collection sites use log booms to capture floating debris. The floating debris consists of logs, snags, and slash from up-river logging, uprooted trees and brush from riverbank undercutting, miscellaneous debris, and garbage. Historically, the debris has been constrained with log booms and towed to Boise Cove for removal. Depending on the lake level, a concrete boat ramp at Boise Cove allows a contractor easy access for removing debris. Once out of the water the debris becomes the property of the contractor. Reclamation does not have land locations for the permanent storage of debris. The China Bar debris collection site consists of a 2,070-foot main earthen dike, a 1,600-foot auxiliary earthen dike, and a number of log booms. The North, Middle, and South log booms form a string of boom logs that remove debris from the current of the river in a shearing action and together are referred to as the shear boom. The 2,500-foot North Main Boom consists of a double string of boom logs; each boom log is approximately 33 feet long. The 950-foot Middle Main Boom consists of a double string of boom logs. The 2,500-foot South Main Boom consists of a single string of boom logs. There is a holding area log boom for storage of debris diverted by the main shear boom and a safety log boom to ensure that debris doesn't escape the collection facility. Government-furnished facilities include storage buildings, a small work shop, basic sanitary facilities, and a small building for day-time use. The Kettle River debris collection boom is located in FDR Lake at the mouth of the Kettle River. It consists of single-string log booms totaling about 4,500 feet in length and spanning the mouth of the Kettle River. There is a permanent opening in the log boom for public navigation when the lake elevation is above 1,255 feet. An additional single string of boom logs, approximately 2,800 feet long, forms a liner along the main section of the collection area of the log boom for additional strength to hold collected debris. It is used to encircle the debris to hold it in place after the collection period and to tow the debris to Boise Cove. The Boise Cove site is located on Lake Roosevelt and is adjacent to Boise Cascade Corporation's log storage yard. It consists of a log boom of about 45 boom logs in a single string, enclosing a majority of the river cove. This log boom is used to store bagged debris on the inside. Government and Contractor flotilla is usually moored around the perimeter. A concrete access ramp is used for debris removal. The access ramp must have a lake elevation of approximately 1,275 feet or above for equipment to reach the debris. The Contractor will have to work with changing river level, current, and velocity in order to maintain and manipulate the log booms, anchors, and buoys for efficient debris collection, debris breach protection, and moorage of flotilla. Hazardous operating conditions may be encountered on the upper Columbia River. The Contractor also must maintain a few navigational lights. Preparation for the debris collection season and for the Spring runoff begins April 1st. Collection, monitoring, and maintenance is ongoing from April 1st, culminating with the removal of debris by November 30th. PLEASE CONTACT PAULA COLLINS AT PHONE NUMBER 208-378-5110, FAX NUMBER 208-378-5108, OR E-MAIL pcollins@usbr.gov, TO REGISTER TO ATTEND THE SITE VISIT. YOU MUST REGISTER NO LATER THAN FRIDAY, OCTOBER 21ST AT 4 PM (MST) TO ATTEND THE SITE VISIT. We will convene for the site visit in Kettle Falls at 9:00 am, Tuesday morning at the Chevron Gas and Go Minimart/Truck Stop at the intersection of Highways 25 and 395. We anticipate that the site visit will take approximately 3 hours. This site visit will give potential contractors the opportunity view the work sites during Fall conditions. NO other site visit will be held. Attendance at site visits is not mandatory, but highly encouraged. NOTE:Central Contractor Registration: Central Contractor Registration (CCR) is the primary registrant database for the U.S. Federal Government. CCR collects, validates, stores and disseminates data in support of agency acquisition missions. Contractors must be registered to be eligible for government awards. Dun and Bradstreet: Dun & Bradstreet provides a D-U-N-S Number for each physical location of your business. D-U-N-S Number assignment is free for all businesses required to register with the federal government for contracts or grants. Online Representations and Certifications Application: To be eligible for Government awards, contractors must be registered in ORCA. ORCA is an e-Government initiative that was designed by the Integrated Acquisition Environment to replace the paper-based Representations and Certifications process. To prepare for this requirement and to register in ORCA, you will need to have two items: an active Central Contractor Registration record and a Marketing Partner Identification Number identified in that CCR record. Your DUNS number and MPIN act as your company's ID and password into ORCA. Safety Handbook: Potential offerors are advised that the Department of Labor Safety and Health Regulations for Construction promulgated under section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327, et.seq.) and the Bureau of Reclamation handbook entitled Reclamation Safety and Health Standards" (RSHS) are applicable to the work under any resulting contract. The RSHS is available at www.usbr.gov/pn.contracts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d91f5ef87c53906e399bac135f83e238)
- Place of Performance
- Address: KETTLE FALLS, WA
- Zip Code: 99141
- Zip Code: 99141
- Record
- SN02602443-W 20111007/111005234058-d91f5ef87c53906e399bac135f83e238 (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 |