Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2017 FBO #5775
SOLICITATION NOTICE

Y -- Mud Mountain Dam Fish Passage Facility, Buckley, WA

Notice Date
9/13/2017
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW18R0001
 
Point of Contact
Monique Paano, Phone: 206-764-6084
 
E-Mail Address
monique.a.paano@usace.army.mil
(monique.a.paano@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is Contract Specialist Monique Paano at email: Monique.A.Paano@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. FOR INFORMATION ONLY: This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing via email to Ms. Paano at the email indicated above. NOTE: The Sources Sought Announcement and latest Industry Day Announcement for this requirement was previously advertised under number W68MD962797442. PROJECT INFORMATION: Mud Mountain Dam Fish Passage Facility Summary of Work: The U.S. Army Corps of Engineers (COE) - Seattle District requires construction of a new COE Fish Passage Facility (FPF) site on the White River, adjacent to the existing Muckleshoot Indian Tribe (MIT) fish hatchery, just outside the city limits of Enumclaw, Washington in King County. The following is a brief description of the major features of the proposed project: The main features of the proposed facility includes a fish barrier, water supply intake (with fish screens) for facility and auxiliary water supply, pumped water supply for higher elevation features, MIT juvenile release pipe, fishway entrance, fish ladder, pre-sort pools, fish lift, post-sort pool, elevated sorting facility, truck loading, truck fleet, utility improvements, roadway improvements, abatement pond, release site and equipment, and control building. The new barrier, trap and haul facility consists of the following design features. • New fish barrier with moveable gates to allow flow and sediment manipulation. • The new barrier will maintain conditions for CWA intake, the new Corps fish facility water supply intake, and the new Corps fishway entrances. • Narrowed structure to improve hydraulics and sediment transport. • The new structure will include hinged crest gates with piers between gates (hinge crest, radial or other) and an access bridge across the top. • Maintenance deck to allow removal of large woody debris and for closure of gates with stoplogs. • Scour protection above barrier. • Deepened tailrace with scour protection. • New right bank abutment for narrower structure. • Realignment of the lower portion of the right bank levee to match up with the new right abutment position. • The new levee prism would match the existing levee prism. • Intake structure with gravity fed facility water supply channel (w/ screens & juvenile bypass). • Fishway entrances or gates (5) and entrance pool. • Fishway ladder (10 pools) leading to pre-sort holding pools. • Pre-sort holding pools (2), structural and mechanical, including entrance and exit features to the pools, and crowder to be located in pre-sort pools for purposes of moving fish to conveyance structure. • Facility gravity-fed water supply channel (approximately 360 cfs) to provide water for fish entrance, ladder, pre-sort pools (2) and connection to pump station. • Facility water supply pump station to provide water for elevated features of the facility that the gravity-fed water supply cannot reach including hopper lift, fish distribution, fish sorting, post-sort pools, and truck loading. • Fish conveyance via Archimedes Screw Lift (ASL) also known as fish augers (2) for vertical lift. • Distribution/sort flume to destinations for fish transport, MIT hatchery broodstock collection, or monitoring. • Post-sort holding pools and sorting and monitoring area. • Truck loading system (drive-under). • Truck fill design accommodating the current 1200 gallon trucks and larger trucks of approximate size 4500 gallon. • Long-term stormwater plan for truck loading/drainage, impacts from impervious surface area. • Integration of trap-and-haul facility with MIT hatchery for collection of adults from post-sort pool area, and avoidance of impacts to juvenile fish release pipe. • Use of MIT trap or new temporary trap on the right bank or extension of the existing left bank fishway for temporary trapping during construction on the left bank. • Use of existing barrier on the right bank during construction of new barrier. • Demolition of existing fish trap following first year of operation of new trap. • Road improvements from the new right bank fish trap next to the MIT hatchery to the MMD Road, and for 2 miles downhill from the entrance to the fish release road at Highway 410 to the fish release site. • Road improvements to allow truck loading and transport on the new trap road and MMD road design to truck loading at fish trap and unloading areas at fish release site, coordination and integration of civil design features with adjacent team's design features. • A fleet of trucks capable of passing 60,000 fish in one day in accordance with MMD operations staff design requirements and the requirements of the BiOp. Truck size may include larger trucks of up to 5000 gallons and re-use of the existing fleet of 1200 gallon trucks. • Two removable chutes for unloading fish from trucks and associated supports and structural foundations at the release site. • Slope stabilization for the release flume drop-off site pad. The magnitude of construction is estimated to be between $100,000,000 and $250,000,000. The resulting contract will be firm-fixed-price. Solicitation number W912DW18R0001 will be posted to the Federal Business Opportunities (FBO) website, www.fbo.gov, on or about 2 October 2017. The solicitation will be a Request for Proposal (RFP). Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. See the solicitation for details about proposal submission. The NAICS code for this procurement is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $36,500,000 in average annual receipts. The solicitation will be issued as Unrestricted, open to both small and large businesses. A site visit will be offered approximately 2-3 weeks after the solicitation is made available via FBO. Refer to the solicitation for details regarding the site visit. The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the FBO website at www.fbo.gov under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to www.fbo.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on www.fbo.gov. The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW18R0001/listing.html)
 
Place of Performance
Address: Buckley, Washington, United States
 
Record
SN04674647-W 20170915/170913231321-f169ec358d3e576f4b41dc9930c49002 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.