SOURCES SOUGHT
Y -- Albeni Falls Dam Fish Passage
- Notice Date
- 8/18/2022 8:43:41 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW23R0001
- Response Due
- 9/19/2022 12:00:00 PM
- Archive Date
- 10/15/2022
- Point of Contact
- Gregory Cook, Phone: 2067646692, John Solomon, Phone: 2063163990
- E-Mail Address
-
gregory.a.cook@usace.army.mil, john.s.solomon@usace.army.mil
(gregory.a.cook@usace.army.mil, john.s.solomon@usace.army.mil)
- Description
- This is a SOURCES SOUGHT�announcement; a market survey for information only, to be used for preliminary planning purposes.��THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.��No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers � Seattle District has been tasked to solicit for and award of a Design-Build construction contract to design and construct an upstream �trap and haul� fish passage facility at Albeni Falls Dam (AFD); The planned facility includes an entrance structure designed to discharge approximately 300 cubic feet per second (cfs) with two vertical slot entrances, a gravity water supply system, a Half Ice Harbor ladder consisting of approximately 19 pools, a pre-sort pool, a fish lock for lifting fish, a sorting facility , and a truck loading area. The operation is anticipated to be year-round, excluding the warmest month of August when temperatures exceed lethal thresholds for bull trout and during winter periods of river or facility ice-over. The facility is designed to operate between tailwater elevations from 2,031 feet to 2,048 ft. The gravity water supply can operate at forebay elevations as low as 2,045 ft and forebay-tailwater elevation differentials as low as 4 ft. The construction activities may include the installation of isolation devices, like a cofferdam or equivalent, delivery of materials and equipment by trucks or a barge, tunneling through rock, drilling and blasting of rock (both in and out of the water), placement of piles, and the curing of concrete for the assembly and attachment of the parts. The assembly of most of the structure will take place on land; however, construction of the entrance structure and parts of the auxiliary water intake may need to occur from a floating barge. The staging areas will be coordinated with AFD personnel. Limited laydown areas will be located on the right abutment within and adjacent to the Corps employee parking area. In general, access to the Project site will be from two areas: (1) barges working in the tailrace or forebay, and (2) the right abutment through the Corps access gate, parking area, and over the powerhouse intake deck. River access will be required to construct the fishway entrance as well as the auxiliary water supply intake structure. Access to the remaining project elements will be from the right abutment off U.S. Highway 2 via the dam access road. Attached is a preliminary layout of the major features of work.� The construction of this project will have constraints which include but are not limited to:� Seasonal work windows, blasting requirements, monitoring and construction work taking place alongside an active Hydroelectric dam while the dam continues to operate normally.� Construction of the fish passage will be required to be in coordination with the terms of the Biological Opinion which can be found at https://ecos.fws.gov/tails/pub/document/9799287 The proposed project will be a competitive, firm-fixed price, design-build contract to be procured in accordance with FAR (Federal Acquisition Regulation) 36.3 (Two-Phase Design-Build Selection Procedures) and FAR 15 (Contracting by Negotiation), using the Tradeoff process. The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination�of the set aside decision.�The type of set-aside decision(s) to be issued will depend upon the responses to this notice. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry (large and small businesses), to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). �The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of performing the construction of the Albeni Falls Dam Fish Passage Facility. Activities will include, but are not limited to: Design and construction of a fully integrated fish passage facility (target species bull trout) including an entrance structure, fish ladder, holding pool, fish lock, water supply, sorting facility and supporting infrastructure. Construction near an Active Hydroelectric Dam:� The dam will be operational at all times during construction.� Blasting and construction near or alongside an operating hydroelectric dam will be required.� Construction under the terms of a Biological Opinion:� The contract will contain constraints and measures as outlined in the Biological Opinion for activities such as in-water blasting, in-water concrete placement and cofferdam construction. USACE will provide the 35% Plans and Specifications as part of the Request for Proposal (RFP), for the Design Build contract to include but not limited to: USACE Engineering Regulation ER 1180-1-9 Design Build Contracting Requirements. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: More than $10,000,000.� Estimated duration of the project is 1,460 calendar days. Minimum requirements include the following: Past performance demonstrating success at construction work, similar to the work described above; and capabilities statement that shows your firm�s capabilities, qualifications so the government can better determine if there are qualified and experienced sources capable of performing this project.� The North American Industry Classification System code for this procurement is, 237990 Other Heavy and Civil Engineering Construction, which has a small business size standard of $36.5 million.� Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. All 8(a) firms are reminded they need to have a bonafide office in the area where the work is to be performed should the acquisition be set-aside for the 8(a) Small Business Program. Prior Government contract work is not required for submitting a response under this sources sought notice. Anticipated solicitation issuance date for Phase 1 is on or about late October of 2022 and the estimated proposal due date will be on or about mid December 2022. The official synopsis citing the solicitation number will be issued on Government Site, System for Award Management, SAM.GOV.� The government invites firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: Please complete and return the requested information located in Attachment 2 with your submission. Interested Firms shall respond to this Sources Sought Synopsis no later than 12:00 pm, 19 September 2022.� All interested firms must be registered in SAM to be eligible for award of Government contracts. Email responses are required. Please send to Gregory Cook, Contract Specialist at gregory.a.cook@usace.army.mil.�� Telephonic responses WILL NOT be honored.� This is not a Request for Proposals, only a Request for Information.� No award will result from this Sources Sought Notice.�This notice does not constitute any commitment by the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e3e8de2581be4bd39ba79286d5d8ee5a/view)
- Place of Performance
- Address: Oldtown, ID 83822, USA
- Zip Code: 83822
- Country: USA
- Zip Code: 83822
- Record
- SN06433394-F 20220820/220818230130 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |