SOLICITATION NOTICE
Z -- Mill Creek Diversion Dam Fish Ladder
- Notice Date
- 12/6/2024 6:22:39 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF25R0003
- Response Due
- 12/20/2024 5:00:00 PM
- Archive Date
- 01/04/2025
- Point of Contact
- LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802
- E-Mail Address
-
leanne.r.walling@usace.army.mil
(leanne.r.walling@usace.army.mil)
- Description
- Construction project entitled: Mill Creek Diversion Dam Fish Ladder The work is located at the Mill Creek Diversion Dam, Walla Walla Washington. The solicitation will be issued as a Best Value Trade-Off (BVTO) Request for Proposals (RFP and result in a single firm-fixed price construction contract. This procurement is unrestricted. Competition is open to both large and small business concerns. A small business subcontracting plan is required for large business. 100% performance and payment bonds will be required for this project. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $45,000,000.00. Construction magnitude is estimated between $10,000,000 and $25,000,000. Solicitation number W912EF25R0003 will be posted to the SAM.gov Contract Opportunities website on or about late December 2024. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. The solicitation will be made available for download on the sam.gov Contract Opportunities website. Offerors are responsible for checking the referenced page for any updates to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. Proposals will be due approximately 30 days after the solicitation is posted. The exact proposal due date will be indicated in the solicitation. System for Award Management (SAM): Offerors must register in the SAM at https://sam.gov/content/home prior to receiving an award. NOTE: Response date is required to post this notice is not in anyway a due date for any submission this is a pre-solicitation notice only Scope of Work: This project involves the Construction of a new fish passage facility and modification the existing levee, diversion dike and stilling basing at the Mill Creek Diversion Dam in Walla Walla, WA to meet agency fish passage and flood control criteria. Prior to construction of the fish ladder, the contractor will be responsible for diversion and care of water in Mill Creek. Flows will need to be diverted around the worksite. Flows during the in-water work window (JulySeptember) are expected to be around 25 to 40 cfs. Flows during flood season can exceed 6,000 cfs. The exact composition of the Mill Creek bed is unknown but it is expected to be highly porous sands and cobbles with a mixture of fine sediments. There are no known sources of groundwater inflow within the reach where dewatering is required. However, the stream bed composition passes groundwater flow readily so that even with no leakage on a dewatering structure pumping will be necessary to maintain a dry work site. The contractor will construct a new right-bank vertical-slot fish ladder, to include juvenile and low-flow bypass channels. Vertical slide gates operated by VFD's, with manual overrides, will control water flow through the facility. Cameras will provide fish counting capabilities. Perimeter fencing will provide security for facility operations and public safety. Walkways, guardrails, and stairs will provide maintenance access throughout the facility. Modifications to the existing diversion dike, levee, and stilling basin on the right bank of the project are required to accommodate these improvements. This work also requires partial concrete demolition of the existing diversion dam wing walls to incorporate the new fish passage structure. Reinforced concrete will be formed and placed. Excavated portions of the levee and diversion dike will need to be rebuilt and riprap restored on both sides of the new fish ladder. Bicycle path will be replaced along the new levee alignment. Accommodations will be made for future installation of PIT tag antennas. On-site work is expected to cross one fish passage season and one flood season. The contractor shall allow for the continued fish passage as well as flood protection during these seasons. The existing fish ladder and low flow outlet on the left bank can be used to divert water and provide fish passage during construction and will remain in place as a backup for the primary fishway and for use during maintenance activities. THE GOVERNEMNT RESERVES THE RIGHT TO CANCEL THE SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MAD FOR ANY COSTS ASSOCIATED WITH PROVIDDING INFORMATION IN RESPONSE TO THIS PRE-SOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor�s on-site operations. The SSHO shall possess a minimum of 5-years� experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years. The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor�s operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled �Construction Quality Management for Contractors� within the last 5-years. The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Solicitation Number W912EF25R0003 will be posted to the SAM.gov in approximately on around late December 2024. The solicitation is a Request for Proposal Important Note: The SAM.gov Contract Opportunities Response Date listed elsewhere in this synopsis is for SAM.gov archive purposes only. It does not necessarily reflect the actual bid opening date. There is no response date included in this notice. The bid due date and time will be contained in the solicitation and any solicitation amendments that are issued. Anticipated Award date is late March 2025 A site visit will be offered approximately 2 weeks after the solicitation is made available to offerors. See solicitation for details about the site visit. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires approximately 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to leanne.r.walling@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/932e2d6b60e94aabb69bdaa3aa678e37/view)
- Place of Performance
- Address: Walla Walla, WA 99362, USA
- Zip Code: 99362
- Country: USA
- Zip Code: 99362
- Record
- SN07284588-F 20241208/241206230106 (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 |