SOLICITATION NOTICE
Z -- Lake 1 and Spillway Repair at the West Valley Demonstration Project (WVDP)
- Notice Date
- 1/8/2025 11:28:11 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W072 ENDIST BUFFALO BUFFALO NY 14207-3199 USA
- ZIP Code
- 14207-3199
- Solicitation Number
- W912P425BA010
- Response Due
- 1/24/2025 8:00:00 AM
- Archive Date
- 02/08/2025
- Point of Contact
- Douglas Smith, Phone: 7168794255, Jeffrey G. Ernest, Phone: 7168794173
- E-Mail Address
-
douglas.smith@usace.army.mil, jeffrey.g.ernest@usace.army.mil
(douglas.smith@usace.army.mil, jeffrey.g.ernest@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Pre-Solicitation Notice - Lake 1 and Spillway Repair at the West Valley Demonstration Project (WVDP) The approximate date of solicitation issuance will be around January 24, 2025. This is NOT a request for proposal or invitation for bid; this is for INFORMATIONAL purposes only to make industry aware of the upcoming requirement. A response is not required at this time. Questions will not be answered until official solicitation is issued. PROJECT DESCRIPTION The USACE Buffalo District is currently preparing a solicitation to award a contract for a project at the West Valley Demonstration Project (WVDP), in West Valley, New York. The project is being procured by the United States Army Corps of Engineers (USACE) on behalf of the United States Department of Energy (DOE). This project will rectify deficiencies of the Lake 1 dam system to maintain a safe and reliable impoundment system for the remaining service life of the dam. The primary driver of the project is that the Lake 1 spillway has activated (conveyed water) during high frequency rainfall events regularly since the dams were constructed and, due to this, the existing turf reinforcement mat chute is severely eroded and in a state of failure. The erosion appears to be exacerbated by the constriction on the right side of the chute, which reduces the effective width of the spillway and concentrates flow toward an area where erosion has initiated several times. With each overtopping event, erosion channels on the left and right side of the spillway get closer to Lake 1. If left in its current condition, future erosion will likely compromise the Lake 1 Dam impoundment. Repair the Lake 1 Spillway to avoid compromising the stability of the spillway and the Lake 1 Dam impoundment. The Lake 1 spillway will be rehabilitated to provide more robust performance and achieve a greatly reduced level of risk during activation periods by both hardening the spillway face with reinforced concrete and modifying the spillway�s geometry. The new slab size is approximately 70 feet wide and 18 inches thick. It is horizontal at the crest, with chute slopes at 1V:4H along the downstream side and discharges at the stream channel. Chute and baffle blocks are approximately 8 inches wide and typically attached to the slab with a single line of reinforcing near the centerline of the block, keeping minimum cover. Concrete cutoff walls are provided at the upstream and downstream ends of the spillway slab. The spillway chute walls have footings that are about 5 feet deep below grade. Primary drainage pipes are 6-inch diameter perforated HDPE pipe running transverse under each slab construction and control joint. The transverse drainpipe is sloped at 1 percent grade from peak at centerline crown toward each side. At the sidewalls, the drainpipe transitions from perforated to solid wall and passes through the sidewall in an 8-inch diameter PVC sleeve. A drainage stone layer is placed under the full extent of the slab and envelops the drainpipes. Stone drainage ditches are provided for the full length behind both sidewalls. A wave wash protection blanket consisting of bedding material overlaid with light stone fill will be installed along the upstream slope of the Lake 1 Dam embankment. The upstream slope protection will extend from the crest of the embankment to approximately 2.6 feet below the ordinary high water. A two-layer blanket filter was designed to be placed beneath the concrete slab spillway. TYPE OF CONTRACT AND NAICS An IFB (Invitation for Bid) is planned for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237990 � Other Heavy and Civil Engineering Construction. TYPE OF SET-ASIDE This will be a 100% Small Business Set-Aside competitive procurement. SELECTION PROCESS Award will be made to the bidder with the lowest total price for the base work and all option work items. CONSTRUCTION MAGNITUDE The magnitude of this project is anticipated to be between $1,000,000 and $5,000,000 in accordance with FAR 36.204. Bonding will be required for this project; any offeror shall have the proper capabilities. PRE-BID CONFERENCE A pre-bid conference will be held following the issuance of the solicitation. The exact location and time will be included in the solicitation. SOLICITATION WEBSITE The official solicitation and any subsequent amendments or updates, when posted, will be available free of charge by electronic posting only and may be found at Procurement Integrated Enterprise Environment (PIEE), https://piee.eb.mil/. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/. Solicitation Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing the solicitation and any amendments by the Government prior to closing. It is the Offerors responsibility to monitor the website for any amendments or changes to the solicitation. REGISTRATIONS System for Award Management (SAM): Bidders shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror. NOTES Response is not required at this time. Please be advised that this requirement may be delayed, revised, or cancelled at any time before award. No responses/questions will be addressed until solicitation is issued.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2539d621279c45cfb851afac8feefb46/view)
- Place of Performance
- Address: West Valley, NY, USA
- Country: USA
- Country: USA
- Record
- SN07308200-F 20250110/250108230110 (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 |