Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2016 FBO #5279
SOURCES SOUGHT

F -- Design, Fabrication, and Installation of Juvenile Salmon Collectors

Notice Date
5/5/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R16PS00971
 
Archive Date
5/28/2016
 
Point of Contact
Erik Danger, Phone: 916-978-5018
 
E-Mail Address
edanger@usbr.gov
(edanger@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in performing a contract for the Mid-Pacific Region of the Bureau of Reclamation. The work to be performed is described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 541330 and the related small business size standard is $15.0M. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. The estimated cost of this project is between $1,000,000 and $5,000,000. Interested parties should include the following information in their response: (a) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone; 8(a), etc.), and a point of contact; (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. All interested parties are encouraged to respond to this notice, by e-mail to edanger@usbr.gov not later than close of business on 05/13/2016. The information provided in this announcement is all information the Government has available at this time. There are no specifications, drawings, bid packages, or source lists available. System for Award Management (SAM) applies to this procurement. Prospective contractors must be registered in the System for Award Management (SAM) prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at http://www.sam.gov PRINCIPAL COMPONENTS OF WORK: The following three sections present the draft principle components work, but do not address all work items or tasks required for completion of this work. The plan is to solicit this as a base contract for the design, fabrication, initial install and testing with optional tasks included for follow-on years of install and maintenance of the traps. 1) SCOPE: The Bureau of Reclamation (Reclamation), with the assistance of the California Department of Water Resources, National Marine Fisheries Service, California Department of Fish and Wildlife, and U.S. Fish and Wildlife Service is seeking support for the design, fabrication, installation, and maintenance of two juvenile salmon collectors to be used in the McCloud River and in the McCloud Arm of Shasta Lake. 2) OBJECTIVES: This procurement is for the design, fabricate, install, and maintain fish pilot project evaluation facilities to collect Chinook salmon at the early fry through smolt life stages, which are as small as 35mm in length. The objective is to demonstrate the efficiency of collecting Chinook salmon reared in the McCloud River above Shasta Lake for release below Keswick Dam. Reclamation will study the effectiveness of two collection systems. An In-River system will be installed at a fixed location in the McCloud River upstream from where the river enters the reservoir. The Head-of-Reservoir (HOR) system will be installed in the McCloud Arm of Shasta Lake and be able to be moved based on reservoir elevation. The location of the In-River collector will be provided at the site visit. All access to this property and work done from this property must be approved by the landowner and coordinated through Reclamation. The In-River collection system will be located in a large pool and operated approximately August through December as flows allow. The McCloud Dam regulates flows to some degree, typically maintaining a low flow condition of approximately 250 - 300cfs during late summer and early fall. However, the system can be flashy and flows can increase and decrease rapidly during rain events. Peak flows during large rain events can be as high as 35,000 cfs (http://cdec.water.ca.gov/); however, it is expected that the in river collection system will be removed at flows greater than 5,000 cfs. The site shall be located at the lower end of a pool with sufficient depth to adequately float the collector. Pool sites are expect to have depths ranging from 1-2 feet at the tail of the pool to over 8 feet in the pool itself. The substrate at the lower end of the pools are typically large cobble and boulders. Due to sensitive resources in the area, construction of access roads or significant ground disturbing activities on the site or access route will not be permitted. 3) TASKS: The general collection system requirements are described below. The Contractor will be required to design, fabricate, install, test, remove and store the systems. a) Collection system requirements: In coordination with Reclamation, the Contractor shall design, fabricate, and install all aspects of the two juvenile collection systems. Both juvenile salmon traps will be inclined-plane style, modified from the design provided in Todd (1994). i) General System Requirements: The basic material descriptions for the required traps, debris barriers, guidance netting, and temperature curtain are as follows: (1) Traps: The traps shall be constructed from aluminum of the appropriate thickness to insure the proper strength while being lightweight and corrosion resistant. The trap sides and bottom, which are parallel to flow, can be made from perforated plate. Those components perpendicular to flow should be made from wire mesh to reduce drag. The perforated plate and wire mesh shall be sized appropriately for collecting fish as small as 35mm in length. (2) Debris Barrier's: These barriers will be included as a feature both collection systems to stop much of the surface oriented debris from contacting the netting and entering the trap. (3) Guidance netting: These will block the entire cross-section of the reservoir, providing a positive barrier for downstream migrants and guiding the fish into the trap. Mesh size shall be sized appropriately for collecting fish as small as 35mm in length and the nets (mesh, cables, connections, anchoring points, etc.) should be strong enough to handle moderate debris loads without compromising the integrity of the positive barrier. (4) Temperature Curtain: The temperature curtain will be included as a feature of the HOR collector system in order to reduce surface temperatures at the HOR trap location and direct flows through the HOR trap to increase velocities and encourage downstream migrants to move into the trap. The curtain will extend form water surface to the bottom of the reservoir and bank to bank, and will have a large notch in its upper central portion to pass flow. The curtain, its cables, connections, and anchoring points shall be constructed of materials strong enough to handle the forces placed on it. (5) Anchor Systems: Anchor shall be of sufficient size and number to assure fish do not escape around guidance nets of temperature curtain. Can be quickly disconnected so log booms; guidance netting; fish traps; and temperature curtain can be disconnected and move to one side of the river in the event of high flows. (6) Video System: The video system shall consist of a water proof box with internal camera mount, view port; camera with batteries and recording capabilities for up to 18-hour intervals; two sets of spare batteries for out of use charging; and 7 spare sets of recording media. The Contactor shall design the water proof box and box mount for ease of access and operation. The Contractor may provide alternative approaches video system design (solar power charger, underwater camera) as long as the operational time period is met and retrieval of the video recording media is easy obtained. (7) Installation and Removal Features: For the In-River site, due to the lack of vehicle access, trap components shall be designed to be carried to the location of installation. Assembly and disassembly of the major parts of the traps shall be done onsite. The contractor shall consider weight in the design, if modular design is required, and locations of hand holds to allow the components to be carried. For the HOR site, it may be possible to assemble much of the trap at the Contractor's facility to launch at a boat ramp, or assembly could occur at the boat ramp.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0751835b8e1f389c873d6e6c5b2d2ee)
 
Place of Performance
Address: Shasta Lake, California, United States
 
Record
SN04106967-W 20160507/160505234449-a0751835b8e1f389c873d6e6c5b2d2ee (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.