Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2023 SAM #7856
SOLICITATION NOTICE

Y -- Y--OR-KLAMATH FALLS FWO-PHASE 3 CONSTRUCTIO

Notice Date
5/30/2023 7:03:41 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
FWS, CONSTRUCTION A/E TEAM 3 Falls Church VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
140FC323B0002
 
Response Due
6/2/2023 2:00:00 PM
 
Archive Date
06/17/2023
 
Point of Contact
Lautzenheiser, Karl, Phone: 5032312052, Fax: 503231
 
E-Mail Address
Karl_Lautzenheiser@fws.gov
(Karl_Lautzenheiser@fws.gov)
 
Description
The U.S. Fish and Wildlife Service is issuing a sealed bid solicitation to solicit for and procure a firm-fixed-price contract for the construction of a new fish sucker ponds located on Lower Klamath Lake Road in Klamath Falls, Oregon (Klamath County). The proposed period of performance is within three (3) years from issuance of notice to proceed (anticipated to start approximately July 3, 2023 and complete by July 2 2026). Project magnitude is between $5,000,000.00 and $10,000,000.00 This procurement is being solicited as a Small Business Set-Aside. The NAICS code is 237990 with a size standard of $39.5 million or less annually when averaged over a three-year period. The work to be performed will be as defined in associated specifications and drawings provided when solicitation is issued. Detailed requirements and/or specifications will be listed within the solicitation. A Firm Fixed Price award is contemplated from this sealed bid solicitation with an award to the responsive/responsible bidder providing the lowest combined total price for all line items. A project summary narrative of new hatchery work is as follows: Project Summary New Hatchery The proposed project involves the construction of the third phase of a new fish sucker fish hatchery located on Lower Klamath Lake Road in Klamath Falls, Oregon. The proposed project will be located on land that is owned by a private party and leased to the U.S. Fish and Wildlife Service for the project. Existing aquaculture operations occupy portions of the project site. The first phase of the project includes a 1.08 acre earthen, lined pond for water storage known as the Influent Retention Pond (IRP) or head pond, and up to 10 earthen, lined ponds for aquaculture. The first phase also includes construction of an 8-inch diameter buried geothermal supply (GS) pipeline beginning at an existing well on the site and extending approximately 2,990 feet to discharge at the IRP, and construction of gravel and asphalt concrete surfaced access roads on the site. The second phase of the project includes a new Hatchery Building for office, laboratory and aquaculture functions, and a new Maintenance Building. The second phase also includes construction of a building yard surrounding the two buildings for vehicle and equipment circulation. Klamath Falls New Hatchery Phase 3 will add earthen lined aquaculture ponds to the site to increase the capabilities of the sucker fish hatchery. This phase will include up to twenty earthen, lined ponds for aquaculture with harvest kettle structures built into their berms, water supply, and drainage. The aquaculture ponds will typically be 5 to 7 feet deep with berms that are 6 to 12 feet tall and vary in size from 1/12-acre to 1/4-acre to 1/2-acre. Supply pipelines, drainage pipelines and access roads will be constructed around each of the ponds. Phase 3 will also include an earthen stormwater detention pond that is approximately 0.6-acres in size Construction work needed to facilitate the project includes excavation, fill placement, grading, temporary erosion and sedimentation control, permanent seeding, pond liners, elevated bird predation netting system, cast-in-place concrete structures, paving and crushed rock road surfacing, pressurized pipelines for geothermal water distribution, gravity pipelines for drainage, and concrete block retaining wall. Existing Site Description The 25 acre site is located immediately east of Lower Klamath Lake Road and approximately 12 miles south of Klamath Falls in southern Klamath County, Oregon. The site lies at the southwest flank of the Klamath Hills adjacent to farmland reclaimed from the former Lower Klamath Lake. The site can be divided into two areas, including an irregularly shaped 21 acre area, identified as the northern portion, as well as an approximately 4.7 acre rectangular area adjacent to the Lower Klamath Lake Road identified as the southern portion. The site is currently occupied by a private fish hatchery. The majority of the site is lightly developed with facilities operated by the current fish hatchery, which includes several dozens of lined hatchery ponds and three tarp covered workshops. The hatchery site is surrounded by undeveloped juniper and sagebrush grassland. Existing access roadways at the site are mostly surfaced with gravel; however, many of the pathways are undeveloped and consist of native soils. A geothermal well is located south of the southern portion of the site with metal piping that routes the hot geothermal water to cooling ponds far northeast of the northern portion of the site. Site Geotechnical Conditions Subsurface conditions encountered in geotechnical investigations performed at the site include gravel road base, reworked site soil fill, and residual soil overlying Tertiary sedimentary rocks that extended to the depths explored. Topsoil was observed in few of the explorations. although generally poorly developed due to the arid weather at the site. All explorations encountered and terminated in Tertiary sedimentary rocks at the site, which consist of tuffaceous mudstone with minor occurrences of sandstone. While considered bedrock, relative hardness of these materials was generally R0 to R1 (extremely soft to very soft) with minor zones of R2 and R3 (soft to medium hard) and was easily excavated/drilled through during explorations. The bedrock was observed below a thin layer of topsoil or crushed rock or directly at the surface in many explorations, especially in areas where cuts were made during initial grading at the site. Where not exposed at the surface, depth to bedrock varied between 2 and 7 feet bgs across the site, although it is deeper in areas of extensive fill, such as at exploration location B�6 where bedrock was observed at approximately beneath 12.5 feet bgs. Influent Retention Pond (IRP) The Influent Retention Pond constructed in Phase 1 provides over 1.08 acres of pond surface area for geothermal tempering. Within the berm of the IRP, an overflow structure and two water supply intake structures are constructed to allow water to be moved from the IRP to the aquaculture ponds. Aquaculture Ponds Up to twenty aquaculture ponds will be constructed. Aquaculture ponds will be 1/12-acre, 1/4-acre, and 1/2- acre in surface area. Each pond will have a perimeter earthen berm and a 10-foot or 12-foot wide access roadway on all sides of the pond. The aquaculture ponds will be entirely lined with a vented, impermeable liner. A layer of sand shall be placed between the liner and the subgrade at the bottom of the pond. Within the berm of each aquaculture pond, a cast-in-place concrete kettle will be constructed to facilitate fish harvesting, pond water surface management and pond drainage. Kettles will include stop log and screen channels, and a concrete stairway on the exterior face of the kettle extending from the top of berm to the bottom of pond. Water supply pipes will be constructed to feed each aquaculture pond, including pipes for supply of geothermal supply water from the on-site well and supply of water from the Phase 1 Influent Retention Pond. Discharges for these water sources will be positioned above the water surface at multiple points on each pond. Drainage pipes will be constructed at each pond to facilitate discharge of water for conveyance downstream to additional ponds (flow in series) and for complete drainage of the pond to the Pond Drain system. Supply and drainage pipes will be routed to each of ponds within the limits of the pond access roads. Water supply pipes will typically be buried within the access roads with 3 to 4 feet of cover and drainage pipes will typically be buried with 3 to 12 feet of cover. The aquaculture ponds will include an elevated bird predation netting system built into the perimeter earthen berm that includes concrete foundations (anchors), cables, netting, hollow structural sections, pulley, and pulley housing supports. Detention Pond A pond for water quality management and detention (D10) will be constructed with inlet control structure, piping and catch basins, a forebay for water quality treatment, an earth and rock berm, and detention area. Downstream of the detention area will be an overflow structure, effluent control structure, discharge piping, and an outfall structure with headwall, concrete sump, and rip rap erosion protection. The detention pond will have a perimeter earthen berms and access roadway on three sides of the pond. Soil at bottom of pond will be mixed with bentonite clay to form a low permeability barrier layer. Access Roads Access roads will be constructed on prepared subgrade covered with a geotextile separation fabric. Access road surfacing materials will include asphalt concrete pavement and base aggregate conforming to Oregon Department of Transportation Standard Specifications for Construction. Access road surfacing requirements will vary based on the anticipated use of the access road. Generally, roads will be graded with a 2% cross slope, however roads between aquaculture ponds will be flat, with no longitudinal or cross slope. Geothermal Supply (GS), Head Pond Supply (HPS), and Re-Use Drain (RUD) Piping The construction of geothermal supply (GS) piping will include connection to existing supply stubs constructed as part of Phase 1 and Phase 2, new stainless steel pressurized distribution piping, 4-inch and 6-inch diameter, and thermal expansion loops to serve each of the new aquaculture ponds. Head pond supply (HPS) piping will be 6-inch PVC pipe, operating under low pressure, connected to HPS stubs constructed as part of Phase 1 and Phase 2 and extending to each of the aquaculture ponds. Re-use drain (RUD) piping will be 8-inch and 4-inch PVC, operating under gravity flow condition, constructed beginning at stubs constructed as part of Phase 1 and extending to each of the new aquaculture ponds. RUD system will allow excess water to discharge to the pond drainage system. Generally, GS, HPS and RUD piping will be constructed with 3 to 5 feet of cover. Pond discharges from these systems will include control valves and valve boxes, above grade PVC will be wrapped. Pond Drains Pond drains will be constructed from each aquaculture pond and the detention pond. Aquaculture pond drains will include catch basin structures and PVC piping, operating under gravity flow conditions, and discharging into a pond drainage trunk line constructed as part of Phase 1. Concrete Block Wall Along the southern end of ponds D5 and D6, a concrete block wall consisting concrete ecology blocks, with an exposed face approximately 7.5 feet tall and 330 feet long will be constructed to accommodate a change in grade from the D5/D6 ponds to brood ponds south of the gabion wall. Other Elements and Systems Additional project elements and systems include video surveillance of the site; SCADA for monitoring, observing, and tracking data from video surveillance, and water supply and pond water condition probes. Bid Items Base Bid Item No. 1 Tier 2 Ponds and Concrete Block Wall Base Bid Item No. 1 includes but is not limited to construction of six 1/4-acre lined, earthen berm aquaculture ponds (C7-C12), and six 1/2-acre lined, earthen berm aquaculture ponds (D1-D6) and associated access roads, crushed stone road surfacing, water supply, cast-in-place concrete kettles, pond drainage, and anchorage, cables, and netting for bird predation system. Base Bid Item No. 1 also includes construction of the 370 liner foot concrete block wall. Bid Option No. 1 Pond D10 Bid Option No. 1 includes but is not limited to construction of one 0.60 acre, earthen berm pond for water quality improvement and detention and associated access roads, crushed stone road surfacing, drainage piping and catch basin structures, effluent flow control structure, overflow structure, pond discharge piping, Bid Option No. 2 Brood Stock Ponds Bid Option No. 2 includes but is not limited to construction of six 1/12-acre, lined, earthen berm aquaculture ponds (A1-A6) and associated access roads, crushed stone road surfacing, water supply, cast-in-place concrete kettles, pond drainage, and concrete foundations for bird predation system. Bid Option No. 3 Ponds D7 & D8 Bid Option No. 3 includes but is not limited to construction of two 1/2-acre, lined, earthen berm aquaculture ponds (D7-D8) and associated access roads, crushed stone road surfacing, water supply, cast-in-place concrete kettles, pond drainage, and concrete foundations for bird predation system. Bid Option No. 4 Tier 2 Ponds Elevated Bird Predation System Bid Option No. 4 includes but is not limited to construction of an elevated bird predation system including hollow structural sections, pulley, pulley housing supports, netting, and cables for six 1/4-acre (C7-C12) and six 1/2-acre rearing ponds (D1-D6). Bid Option No. 5 Brood Ponds Elevated Bird Predation System Bid Option No. 5 includes but is not limited to construction of an elevated bird predation system including hollow structural sections, pulley, pulley housing supports, netting, and cables for six 1/12-acre rearing ponds (A1-A6). Bid Option No. 6 Ponds D7 & D8 Elevated Bird Predation System Bid Option No. 6 includes but is not limited to construction of an elevated bird predation system including hollow structural sections, pulley, pulley housing supports, netting, and cables for two 1/2-acre rearing ponds (D7-D8). Documents are available on the following web share file site: https://fileshare.fws.gov/?linkid=KZi4zr6VWWUYQ1/9CyHWkqZ/ZYILBubH8YDODS6ncAGbVD1e69nPuw. Prior to submission of bid, interested contractors must be registered in the System for Award Management (SAM) in order to participate in this requirement. The SAM can be found at https://sam.gov/content/home. Payments will be made via Electronic Funds Transfer using the data within the SAM registration database. Contracting Officer and Point of Contact information for this requirement is: Karl Lautzenheiser U.S. Fish and Wildlife Service, Legacy Region 1 Contracting Officer: Karl Lautzenheiser Email: karl_lautzenheiser@fws.gov All inquiries and questions shall be submitted in writing; no verbal questions will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7138c3d718f749a4849c4b1f17359553/view)
 
Record
SN06697656-F 20230601/230530230117 (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.