SOLICITATION NOTICE
Z -- TAS::14 1041:: TAS RECOVERY OLYM 005375 5.0Olympic National ParkELWHA River RestorationElwha and Glines Canyon Dams Removal
- Notice Date
- 3/15/2010
- Notice Type
- Presolicitation
- Contracting Office
- DSC-CS Contracting Services Division National Park Service, P.O. Box 2528712795 W. Alameda Parkway, Attn: Rodney Keiscome Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- N2011101068
- Response Due
- 5/13/2010
- Archive Date
- 3/15/2011
- Point of Contact
- Audrey Winters Contract Specialist 3039692053 Audrey_Winters@nps.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
- TAS::14 1041:: TAS RECOVERY OLYM 005375 5.0 Elwha and Glines Canyon Dams Removal General: The National Park Service, Department of Interior, is soliciting proposals for construction firms having the capability to perform the work described below. The solicitation will be issued electronically, on the Department of Interior's National Business Center (NBC) web site, at http://ideasec.nbc.gov. Paper copies of this solicitation will not be made available. Proposal documents will be available in Microsoft Word, HTML and Adobe PDF. Specifications and drawings will be available in Adobe PDF format. Offerors wishing to receive electronic notification of changes will need to register to receive notification for this specific solicitation at http://ideasec.nbc.gov. This service is provided for convenience only and does not serve as a guarantee of notification. Subscribers to this service are ultimately responsible for reviewing the http://ideasec.nbc.gov site for all information relevant to this solicitation. Plan holders will be required to visit this website periodically to check for amendments and other changes to the contract documents. No other notifications will be sent. Proposed Issue Date: March 30, 2010 Title of Project: Elwha and Glines Canyon Dams Removal Location of Project: These dams are located on the Elwha River within or near Olympic National Park near Port Angeles, Washington. A Pre-solicitation Conference and site visit is expected to occur the week of April 19, 2010 at Port Angeles Washington and the project sites. The date, time and location will be in the upcoming solicitation. Both dams are active hydroelectric facilities and have restricted access. Attendees will be escorted through facilities in groups of 10-12 people. Accordingly, to reserve a space for this site visit, all interested parties must contact Audrey Winters, Contract Specialist via e-mail; audrey_winters@nps.gov by COB April 13, 2010. Type of Procurement: A negotiated firm-fixed price contract, using best value source selection procedures, will be awarded requiring submission of both a technical and a price proposal. The Government will consider an offeror's technical capability in comparison to its price. Estimated price range: $40 million to $ 60 million. Time for completion, approximately 3.5 years (2011 - 2014). Proposal receipt date is approximate; actual date will be established at the time proposal documents are available. Description: The work of this contract consists of The National Park Service (NPS), Department of Interior, will solicit for proposals on or about March 30, 2010 for the complete removal of two concrete dam structures as part of the Elwha River and Fisheries Restoration Project. These dams are located on the Elwha River within or near Olympic National Park near Port Angeles Washington. Funding is currently available and the solicitation will be a full and open competition. Proposal submissions will be due mid-May 2010 and contract award is anticipated to occur in August 2010. Notice to Proceed for the removal of the gravity dam and gate structures at Elwha and the arch dam at Glines Canyon is expected to occur in September 2011. A Notice to Proceed for mobilization and road improvement may be available earlier, depending on the successful offeror's construction schedule. The construction contract duration is expected to be three years from the September 2011 Notice to Proceed. Elwha Dam is located outside Olympic National Park (Park) and is a concrete gravity dam with a structural height of 108 feet. Glines Canyon Dam is located approximately 8.5 river miles upstream from Elwha Dam. It is a 210 foot high concrete arch dam and is located within Olympic National Park. The Elwha and Glines Canyon Dams removal contract will require the contractor to improve as needed and maintain construction access roads; safely remove both dams; accommodate continuous river flows during dam removal; facilitate sediment management through controlled drawdown rates and releases; and remove approximately 7 miles of overhead power line;. Continuous river flows are anticipated to be maintained by passing flow through the existing spillways and penstocks as long as possible, then using water diversion and/or notching of the concrete dams when the dam elevations become too low for use of the penstock and spillways. This contract will involve the demolition and disposal of a large volume of concrete; significant water diversion and control of river activities; removal and disposal of large mechanical and electrical equipment from a power house and associated facilities; placing and grading of embankment; removal of contaminated soils; removal of lead based paint; removal of a power line, power poles, and transformer yards; and access road improvements and maintenance. These roads will include Olympic Hot Springs Road from the Park boundary to the Glines Canyon Dam removal sites (including the portion of Whiskey Bend Road needed to complete contract work) and Lower Dam Road to the Elwha Dam site. The basic concept for removing the dams includes lowering the reservoirs at a controlled rate to avoid mobilizing landslides and to redistribute reservoir sediments for controlled release and long term stability. This project has significant environmental compliance requirements including seasonal work restrictions for fish protection. There are 3 periods of each year where the contractor will not be allowed to release sediments into the downstream river channels. These are May 1 through June 30, August 1 through September 14, and November 1 through December 31. The volume of sediment released at any one time will also be limited by the capacity of a downstream sediment removal plant (operated by others), built to mitigate water quality during this project. At the Elwha Dam site, the dam and all associated appurtenances are to be demolished and removed or buried onsite (only select concrete will be allowed to be buried onsite) and embankment will be placed to restore the site to near pre-dam appearance. Appurtenances include, but are not limited to, power plant and all mechanical equipment, a transformer yard, penstocks, spillway gates, and wood frame outbuildings. At Glines Canyon the arch section of the dam will be completely removed to restore the river to near pre-dam conditions. The penstock gate house, surge tank, powerhouse tailrace wall and transformer yard will also be removed. The removal of the downstream penstock and powerhouse will be a bid option. If the powerhouse and penstock are not removed, the draft tubes will be plugged and metal plates will be installed over windows to secure the site. The gated spillway section, including the radial gates, and the right abutment thrustblock will be retained. Safety handrails will be installed on the concrete thrust block on the right abutment, and the gated spillway on the left abutment, for future use as a public overlooks. Excavation and site grading will be done. All demolished material will be removed and properly disposed of outside of the Park. The overhead power line between the two dams, as well as the power poles will be removed and disposed of. Specific poles containing other co-located utilities will be retained and only the contract power line will be removed from those poles. The power line length is approximately 7 miles, traversing through rugged terrain. Some poles may be accessed from public highway. Others will be accessed along a power line right of way. There are a small number of poles that cannot be accessed by vehicle. Hazardous waste removal at each site will consist of removal and disposal of contaminated soils, asbestos containing materials, coatings containing hazardous material (lead), and polychlorinated Biphenyls (PCBs). Hazardous waste mitigation, with the exception of removal of lead containing paint, was done prior to the Federal government purchase of the Elwha and Glines Canyon facilities in 2000. Work under this specification is for the removal of any remaining materials. Panoramic photos of the interior of the powerhouses are publically available for viewing at the following website: http://nonplused.org/panos/elwha/ The site is not maintained by the NPS. Neither guarantee of access to the website or its content, nor accuracy of information provided is made by National Park Service. All responsible sources may submit a timely offer that will be considered. Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet. Prior to ORCA, vendors were required to submit Representations and Certifications (Reps and Certs) for each individual large purchase contract award. Now, using ORCA, a contractor can enter their Reps and Certs information once for use on all Federal contracts. This site benefits not only the contractor by allowing him or her to maintain an accurate and complete record but also the Contracting Officer, as he or she can view every record, including archives, with the click of a mouse. The ORCA site can be found by going to http://www.bpn.gov and clicking on "Online Reps and Certs Application" on the left side of the screen. If you do not have access to the Internet or feel you need extra Internet help please contact the Procurement Technical Assistance Center (PTAC) (www.dla.mil/db/procurem.htm) closest to you. You are strongly encouraged to register in ORCA in responding to this solicitation. You are required to have an active registration in Central Contractor Registration (CCR) in order to conduct business with the Federal Government. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration office, to post their need for qualified subcontractors on SUB-Net accessed at http://web.sba.gov/subnet/, and to utilize the Central Contractor Registration's (CCR) Dynamic Small Business Search for potential subcontractors within these various socio-economic categories. Small Disadvantaged Business and HUBZone firms must be certified in accordance with solicitation clauses 52.219-8 -- Utilization of Small Business Concerns (May 2004) & 52.219-9 -- Small Business Subcontracting Plan (July 2005) (status of firms can be found on CCR's Dynamic SB Search).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2011101068/listing.html)
- Place of Performance
- Address: For Olympic National ParkPort Angeles, Washington
- Zip Code: 983626757
- Zip Code: 983626757
- Record
- SN02091956-W 20100317/100315234318-591c4b2ae404b823e5fde7055b77dc17 (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 |