SOURCES SOUGHT
Z -- Ice Harbor Spillway Chute/Spill Deflector Modifications
- Notice Date
- 5/31/2013
- Notice Type
- Sources Sought
- 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-13-R-SS30
- Response Due
- 6/10/2013
- Archive Date
- 7/30/2013
- 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
- The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Ice Harbor Spill Deflector/Chute Modifications. The work is located at Ice Harbor Lock and Dam (Franklin and Walla Walla Counties, Washington). This will be a firm-fixed-price construction contract. The magnitude of construction is between $1,000,000 and $5,000,000 and 100% performance and payment bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $33,500,000. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. A)A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work with special emphasis on the listed critical activities. For each project submitted, provide a brief narrative statement of the work involved, your firm's role in the project, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. B)A reference list for each of the projects submitted in #1 above. Include the name, title, phone number and email address. C)Provide a statement of your firm's business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. D)Provide a statement that your firm intends to submit an offer on the project when it is advertised. E)Provide a statement of your firm's bonding capacity. A statement from your surety is NOT required. F)Cage Code and DUNS number. Submit this information to Jani Long, Contract Specialist, via email to Jani.C.Long@usace.army.mil. Your response to this notice must be received on or before 3:00PM on June 10, 2013. Summary of Scope of Work The Removable Spillway Weir (RSW) in spillway bay 2 at Ice Harbor Dam is the primary passage route for downstream migrating juvenile steelhead and salmon. Biological tests and hydraulic models have shown that there is a potential for injury to some of the fish passing over the Ice Harbor spillway due to the steep slope and the abrupt transition to the surface of the existing spill deflector. The intent of this project is to resolve this condition. The Contractor will be required to modify the spillway chute and the spill deflector in spillway bay 2 and add a new, permanent extension to the downstream end of the spillway pier between bays 2 and 3. The contractor will be required to design, fabricate, and place a steel bulkhead in the stilling basin with an end wall seated against the sloping surface of the adjoining spillway bay to isolate the construction area in the stilling basin and allow dewatering of the construction area in spillway bay 2. The bulkhead design must be stamped by a licensed professional engineer. The bulkhead will isolate the work area from up to forty feet of water in the stilling basin and will need to seal tightly at the base to minimize leakage into the work area. The contractor will use a barge mounted crane moored in the stilling basin outside the work area to set the bulkheads and support the construction work. Divers will need to assist with bulkhead placement to insure correct positioning and an effective seal between the bulkhead and the existing sloped spillway surface. Once the bulkheads are in place, the area between the steel bulkheads and the spillway surface or the existing spillway pier can be dewatered. Work on the spillway chute, deflector, and the pier extension can then be accomplished in the dry. Some water leakage is usually present so pumping will likely be required throughout the construction period. The contractor shall use a combination of saw cutting, drilling, and splitting to remove some concrete from the face of the existing spillway, leaving a roughened surface for placement of the new concrete forming the flatter spillway chute, new spill deflector, and the new pier extension. The removed concrete must be captured and not allowed to fall into the tailrace pool. The work includes drilling and grouting concrete anchors into the face of the spillway followed by installation of reinforcing steel. The contrator shall install concrete formwork and place concrete for the spillway chute, the spill deflector and the pier extension. The contractor will have to place approximately 1,000 cubic yards of concrete within a limited work window. All seepage water and other water from construction operations will be removed from the work area for appropriate treatment. Should the need arise to spill water during construction, any support barges outside of the work area must be removed. Depending on levels of spill, construction may continue since the construction area is isolated from the river. Work must be accomplished during an extended in-water work window on the Snake River, between November 1, 2013 and March 1, 2014. All new concrete must be placed with sufficient time for it to cure completely before court-ordered seasonal spill begins in early April 2014. It is critical that work is completed within the limited time available as the beginning of spill cannot be delayed and partial completion is not an option. Work must be fully completed and the concrete cured before spillway bay 2 can be utilized for spill, and bay 2 as the only surface passage route available at Ice Harbor Lock and Dam is critical in passing the outmigrating juvenile salmon and steelhead. Success of this construction project will be contingent upon the ability to perform the following critical activities: De-watering bulkhead design and fabrication - design stamped by a registered professional engineer Isolating the work area from an adjacent riverine environment Saw-cutting and demolition of existing concrete on the sloping surface of the spillway bay. Placement of approximately 1,000 cubic yards of reinforced concrete within a four-month period during winter months.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-13-R-SS30/listing.html)
- Place of Performance
- Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
- Zip Code: 99362-1876
- Zip Code: 99362-1876
- Record
- SN03076245-W 20130602/130531235358-6d75bded769acdbbe8fe4776a1e77b4a (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 |