Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
MODIFICATION

Y -- Albeni Falls Dam Fish Passage

Notice Date
5/25/2023 8:42:12 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW23R0001EPA
 
Response Due
6/8/2023 10:00:00 AM
 
Point of Contact
Charles D. Idle, Phone: 2063163998, Gregory Cook, Phone: 2067646692
 
E-Mail Address
charles.d.idle@usace.army.mil, gregory.a.cook@usace.army.mil
(charles.d.idle@usace.army.mil, gregory.a.cook@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement; an industry survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM�THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers � Seattle District has been tasked to solicit for and award of a Design-Build construction contract to design and construct an upstream �trap and haul� fish passage facility at Albeni Falls Dam (AFD); The planned facility includes an entrance structure designed to discharge approximately 300 cubic feet per second (cfs) with two entrances, a gravity water supply system, a pre-sort holding pool, a fish lock for lifting fish, a sorting facility, release flumes and a truck loading area. The operation is anticipated to be year-round, excluding the month of August when temperatures exceed lethal thresholds for bull trout and during winter periods of river or facility ice-over. The facility will operate between tailwater elevations from 2,031 feet to 2,048 ft. The gravity water supply can operate at forebay elevations as low as 2,045 ft and forebay-tailwater elevation differentials as low as 4 ft. The construction activities may include the installation of isolation devices, like a cofferdam or equivalent, delivery of materials and equipment by trucks or a barge, tunneling through rock, drilling and blasting of rock (both in and out of the water), placement of piles, and the curing of concrete for the assembly and attachment of the parts. The assembly of most of the structure will take place on land; however, construction of the entrance structure and parts of the facility water intake may need to occur from a floating barge. The staging areas will be coordinated with AFD personnel. Limited laydown areas will be available around the AFD property. In general, access to the Project site will be from two areas: (1) barges working in the tailrace or forebay, and (2) the right abutment through the Corps access gate, parking area, and over the powerhouse intake deck. River access will be required to construct the fishway entrance as well as the facility water supply intake structure. Access to the remaining project elements will be from the right abutment off U.S. Highway 2 via the dam access road. The construction of this project will have constraints which include but are not limited to: Seasonal work windows, blasting requirements, monitoring and construction work taking place alongside an active Hydroelectric dam while the dam continues to operate normally. Construction of the fish passage will be required to be in coordination with the terms of the Biological Opinion which can be found at https://ecos.fws.gov/tails/pub/document/9799287 It is anticipated the proposed project will be a competitive full and open, firm-fixed price with economic price adjustment, design-build contract to be procured in accordance with FAR (Federal Acquisition Regulation) 36.3 (Two-Phase Design-Build Selection Procedures) and FAR 15 (Contracting by Negotiation), using the Tradeoff process. The government intends to issue a solicitation; however, the results and analysis of the Determination & Findings of Economic Price Adjustment needs to be finalized based upon Industry feedback and Government agreement. The Government requests Industry to provide: Economic variables for labor and material which may be considered too unstable to permit a reasonable division of risk between the Government and the Contractor.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b7fc9da00dbb4c82af59d487a3a04b2c/view)
 
Place of Performance
Address: 58600, ID 83822, USA
Zip Code: 83822
Country: USA
 
Record
SN06694063-F 20230527/230525230109 (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  © 1994-2020, Loren Data Corp.