Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2010 FBO #3051
SOLICITATION NOTICE

N -- RECOVERY--N--PROJECT NUMBER 5090, Dworshak Dam And Reservoir, ID Pre-solicitation synopsis for Dam Safety Monitoring System Upgrade at Dworshak Dam

Notice Date
3/31/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-10-Q-0049
 
Response Due
4/14/2010
 
Archive Date
6/13/2010
 
Point of Contact
Jacob M. Shaw, 509-527-7225
 
E-Mail Address
USACE District, Walla Walla
(jacob.m.shaw@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description of Requirement: This synopsis is not a request for quotes or proposals. This is a pre-solicitation notice that a solicitation is scheduled to be released via FedBizOpps (www.fbo.gov) in the near future detailing requirements for a supply with installation requirement entitled: Dworshak Dam Safety Monitoring System (DSMS) Upgrade. The services required include procurement, installation, and commissioning of monitoring equipment for upgrading of the existing DSMS at Dworshak Dam. The upgrade will include: 1. Replacement of accessible, existing vibrating wire (VW) sensors inside the dam. 2. Supply and installation of new VW sensors. This may involve the drilling of vertical or inclined boreholes from within the concrete dam galleries. Instrumentation shall be commercial off the shelf (COTS) instruments marketed and sold in the United States. 3. Supply and installation of instrumentation / communication cabling and related hardware inside the dam. 4. Upgrading and / or replacement of the Automated Data Acquisition System (ADAS). It will be necessary to incorporate the output from some existing equipment, other than the VW sensors. 5. Supply, installation, configuration and commissioning of network-based data handling and presentation software using a fully compliant Windows interface. Commissioning will include parallel (dual) monitoring of the DSMS data by the firm and USACE for a period of up to 1 (one) year. 6. Small scale civil works as part of the project. 7. Producing drawings of sufficient detail to facilitate DSMS installation using DSMS conceptual design drawings provided by USACE 8. Provide training and support. Specifically, the existing instruments to be tested and / or replaced include VW piezometers and VW displacement transducers. New sensors will include piezometer, water pressure sensors, displacement transducers, seepage flow measuring devices, extensometers, concrete stress sensors and pendulums. Most will be of the VW type but may also include sensors with a mA or mV output. Any drilling for new or replacement instruments will generally be 3 or 4 inches in diameter and would not generally exceed 50 feet in length. Concrete drilling may take place both from within the existing galleries inside the dam as well as outside the dam. Installed instruments will be sealed into position using grouting techniques. In addition, in-situ stress measurement testing using the over coring method may be required to determine existing concrete stresses and the installation of similar sensors for long term monitoring. Civil works will be mainly confined to installation and alteration of water drainage and leakage handling facilities inside the dam galleries, together with routing and support for the instrumentation / communication cables. The supply and installation of the ADAS would be required to connect the new and existing instrumentation to the network of the Army Corps of Engineers in the Walla Walla District and to allow multiple secure access points. Data would be held on a site based server which would be supplied as part of the contract. Also required, in association with the ADAS, would be the supply, configuration and commissioning of a dedicated software package to enable data handling and presentation. Other information: The solicitation will be posted to the Federal Business Opportunities web site (www.fbo.gov) when released. Quotes/Proposals will be due approximately 30 days after the actual solicitation issuance date. This is scheduled to be issued as a Firm Fixed Price supply & installation contract. This announcement is for information and planning purposes only. Conducting Business with the Government In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). All Offerors must be CCR registered prior to receiving an award. Registration instructions may be obtained, and online registration may be accomplished, at www.ccr.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prior to quoting, it is preferred that vendors complete the Online Representations and Certifications (ORCA), which requires CCR registration including an MPIN number. Instructions may be obtained and required information may be entered at http://orca.bpn.gov. If you are not ORCA registered, you will need to complete and provide paragraphs (B) through (I) of provision 52.213-3 in the solicitation. When available, the solicitation documents for this project will be accessible via FedBizOpps at www.fbo.gov. No CDs or hard copies will be available. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the document posted at the referenced website.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-10-Q-0049/listing.html)
 
Place of Performance
Address: Dworshak Dam North Fork Drive Ahsahka ID
Zip Code: 83520-0048
 
Record
SN02107867-W 20100402/100331235014-bfb1bb40a8729ea4c1881133196e81c3 (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.