Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
SOLICITATION NOTICE

Y -- Lower Monumental JBS Outfall Pipe Relocation

Notice Date
6/21/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-11-R-0024
 
Response Due
8/9/2011
 
Archive Date
10/8/2011
 
Point of Contact
Jani Long, 509-527-7209
 
E-Mail Address
USACE District, Walla Walla
(jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Project objective is to improve survival of bypassed fish returned to the river by relocating the juvenile bypass outfall pipe to a location with improved hydraulic conditions and thus reducing predation opportunity. Generally, the project will consist of connecting a 36" pipe (variable materials) to the existing bypass system line and extending it approximately 2100' downstream and 500' into the river. There are several connections and rerouting required. A good portion of the pipe will be buried HDPE, but some portion will be supported steel pipe over ground and over water. Specifically, work consists of replacing or extending the following; a primary 36 inch pipe for fish by-passed around the Juvenile Fish Facility (JFF), a 12 inch pipe connection to the 36 inch primary line for fish routed through the facility and released back to the river, a 16 inch adult line connection to the 36 inch primary line at the facility, and a 24 inch supply line connection, again to the 36 inch primary pipe, near the facility. Structural support of the pipe system includes the following: 1.Support approximately 200 feet at an average elevation of approximately 15 feet above grade of the 36 inch primary diversion steel pipe filled with water for fish transport. These supports will be a combination of some new steel structures and some existing structure. Steel supports for the 36 inch line will occur at approximately 50 feet on center. The supports will be founded on concrete footings. Shallow excavations will be required to set the concrete footings. 2.The Steel pipe will transition to buried HDPE. Support of a 36 inch diameter HDPE pipe for a distance of approximately 2400 feet by burial at a base of pipe elevation averaging 8 feet below grade. In some instances the pipe is at 0 ft deep and will require earthen berms. Excavation, backfill, compaction, grade preparation and laying of the pipe will meet Corps criteria and specifications. 3.The Primary line will transition back to a 36" steel pipe, turn 90 degrees and route toward the river. Support of the 36" inch diameter steel pipe will be approximately 500 feet over water on steel supports. The steel supports will consist of single, cased, reinforced concrete shafts - spaced approximately 50 - 55 feet on center. Each shaft will be on average 80' long and extend to bedrock. Initially, the 48 inch diameter steel casings will be drilled through a silt layer and driven to a depth of ten feet into the bedrock. Drilling will proceed approximately ten feet beyond the base of the casing. A rebar cage will be placed down into the casing. Tremie concrete will be placed into the casing from the base of the hole drilled into the bedrock continuing all the way up, filling the voids within the rebar cage and between the cage and the wall of the casing. 4.In addition to the Primary 36 inch line the work will require supports for 520 feet of a 12-inch pvc pipe connection to the 36 inch primary line for fish routed through the facility and released back to the river. Steel supports for the 12 inch line will occur at approximately 50 feet on center. The supports will be founded on concrete footings. Shallow excavations will be required to set the concrete footings. 5.An existing 14 inch adult fish line at the facility will be replaced with a 16 inch adult fish line and will require no additional supports 6.Finally, approximately 200 feet of a 24-inch supply line will be rerouted and connected to the 36 inch primary outfall. Steel supports for the 24 inch line will occur at approximately 50 feet on center. The supports will be founded on concrete footings. Shallow excavations will be required to set the concrete footings. General: 1.The total length of pipe is approximately 3100 feet. The pipe must closely follow a defined slope and horizontal alignment from the tie-in points at the Juvenile Fish Facility to the outfall point some 500 feet from shore. 2.All pipes supported above grade will have ring girder type saddle supports. Expansion joints will be provided in the piping and thermal forces will be accommodated in the structures. 3.All structural steel will meet Corps criteria and AISC guidelines, specifications and standard practices. Shop drawings will be required. 4.All concrete work will meet Corps criteria and ACI guidelines, specifications and standard practices. Reinforcing shop drawings will be required. 5.All welding shall be done by certified welders meeting AWS D1.1 and Corps criteria. 6.All piling will meet Corps criteria and specifications. 7.Location of all existing structures and utilities which may be affected by the work will be verified by the contractor. All known information on these items will be supplied by the Corps. 8.Existing sod and irrigation lines impacted by pipeline installation will be repaired to restore Lower Monumental Dam Park area to conditions similar to pre-construction conditions. 9.The construction period is anticipated to begin in October 2011. The contract will contain strict schedule requirements to complete the work by March 2012. Work conditions include elevated work and work over water. Work will probably also require support of a barge-mounted crane. Contractor must have a past performance history of work similar to the work required. 10.Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, at http://www.usace.army.mil/CESO/Documents/EM385-1-1FINAL.pdf Solicitation No. W912EF-11-R-0024 will be posted to the FBO website on or about July 8, 2011. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. The proposal due date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately two weeks after the solicitation is made available to offerors. See solicitation for details about the site visit. Solicitation is open to both Large and small business concerns. NAICS code for this project is 237990, and the small business size standard is $33,500,000 average annual receipts. Estimated magnitude of construction is between $5,000,000 and $10,000,000. When available, the solicitation documents for this project will be posted on FedBizOpps.gov https://www.fbo.gov. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It has no relationship to the actual bid opening date. NO CDs OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced site for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.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 FedBizOpps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-0024/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02477763-W 20110623/110621234312-d09e28081d97d1833626269eff16dc33 (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.