Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2022 SAM #7476
SOURCES SOUGHT

Z -- Dexter Fish Facility Upgrades Project

Notice Date
5/18/2022 3:24:00 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N23R00XX
 
Response Due
6/2/2022 2:00:00 PM
 
Point of Contact
Nicole Adams, Kristina K. Morrow
 
E-Mail Address
Nicole.A.Adams@usace.army.mil, Kristina.K.Morrow@usace.army.mil
(Nicole.A.Adams@usace.army.mil, Kristina.K.Morrow@usace.army.mil)
 
Description
Synopsis: Dexter Fish Facility Upgrades Project 1. General. This is a SOURCES SOUGHT and is for informational/market research purpose only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information: The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for the Dexter Fish Facilities Upgrades Project. The proposed project will be a competitive, firm-fixed price (FFP) construction contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Source Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry. 3. Project Description. General Description Dexter Dam is in Lane County, Oregon on the Middle Fork of the Willamette River, three miles downstream of Lookout Point Dam and about 22 miles southeast of Eugene, OR. The two dams are separated by Dexter Lake which functions as a re-regulating basin for the Lookout Point power plant. Dexter Dam was constructed by the USACE with the powerhouse beginning operation in 1954. The powerhouse has one Kaplan turbine capable of generating 15 megawatt (MW) at a maximum capacity of 4,200 cubic feet per second (cfs). The Dexter Dam forebay maximum pool, full pool, and minimum pool elevations are 697.4 feet, 695.0 feet, and 690.0 feet respectively. Project Description (Dexter Fish Facility Upgrades Project) The Dexter Fish Facility Upgrades Project will have major features improved, replaced and added to meet the criteria approved by the National Marine Fisheries Service (NMFS) and requirements set forth in NMFS�s 2008 Biological Opinion on the Corps� Willamette Valley Project. The upgrade project will include: Replacement of 90% of the fish ladder and new concrete fish sorting pools Rock excavation at the fish ladder entrance section (approx. 15k tons) Pre-engineered and custom metal canopies, walkways, and platforms Custom metal and polymer pipe shapes for fish flumes (estimated 12-24� diameter) Fish transfer hopper system, custom metal fabrication with pneumatics and hoist system Gravity fed water distribution network (1/2� to 48�) with valves and gates Utility and storage buildings for electrical and mechanical equipment Maintenance building with offices and utility garage Placement of concrete and steel in water or via cofferdam Replacement vehicle access bridge Custom metal fabrication for fish sorting tables and tanks Pneumatics and controls of mechanical features Fish crowders Various occlusion gates The Period of Performance is anticipated to occur from January 2023 to May 2026 The estimated Magnitude of Construction for this project is between $50,000,000 to $100,000,000 North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering; Small Business Size Standard of $39,500,000.00. Product Service Code (PSC): Z1KA (Maintenance of Dams)� Project Constraints: Maintain water supply during construction �Pump from tailrace area to facility with juvenile screening���������� OR �A re-routed gravity flow system from existing forebay entrance������ Load is limited on primary access bridge. Bridge may not be available during construction.� Other routes available. Construction while maintaining an operating facility for 9 months of the year for juvenile rearing and adult collection. Meet Oregon OSHA requirements Maintain adjacent boat ramp river access through construction staging area for local emergency search and rescue as needed (closed to public) Avoid disturbing nearby wetlands (will be marked) Construction means and methods: Construction schedule is anticipated to be limited to January 2023 through May 2026. Schedule has specified in water work, facility shutdown, and adult fish collection periods that must be adhered to. Schedule has government consideration with one of two interim water supply methods Pumps from tailrace installed in 2nd facility shutdown period Gravity fed installed after 2nd in water work period Must install interim water supply as a part of construction Concrete cutting/demolition Bedrock excavation may require blasting Three cofferdams in plan End of construction period to coordinate with a separate forebay screen contract. Disciplines and high level list of work required Electrical � power distribution, PLC install and programming Mechanical - pump system, hopper system, various custom machinery, and water distribution Civil - footings and foundations for facility, digging bedrock, earthwork, and retaining walls Structural - diffusion chamber, fish ladder structure, shade structures, post sort structure, return to river, and outfall structure Hydraulic - system flow, intake screen, and juvenile screen Architectural - O&M and maintenance building, shade-covers Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company�s ability to perform this requirement when making procurement decisions 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) Subject: Dexter Fish Facility Upgrades Project. Please send to Nicole Adams, Contract Specialist, at nicole.a.adams@usace.army.mil, and Kristina Morrow, Contracting Officer, at kristina.k.morrow@usace.army.mil by 2:00pm PT, 02 June 2022. A firm�s response to this Sources Sought shall be limited to 5 pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. Firm's small business category and Business Size if applicable. Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. Provide a minimum of one project similar in size, scope and complexity with a brief description of the project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS. 6. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/769c1ac99aca4dcaaf6c9060446a8e6d/view)
 
Place of Performance
Address: Lowell, OR 97452, USA
Zip Code: 97452
Country: USA
 
Record
SN06331525-F 20220520/220518230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.