Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
SOLICITATION NOTICE

Y -- Acushnet River Fish Passage Restoration at Sawmill and Hamlin Street Dam Sites

Notice Date
1/25/2007
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
64106
 
Solicitation Number
WC133F-07-RB-0009
 
Response Due
2/9/2007
 
Point of Contact
Pamela Stichweh, Contract Specialist , Phone 816-426-2067, Fax 816-274-6967, - Kevin Buum, Procurement Tech, Phone 816-426-7461, Fax 816-274-6949,
 
E-Mail Address
pamela.l.stichweh@noaa.gov, kevin.j.buum@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, National Marine Fisheries Service, Restoration Center in partnership with the New Bedford Harbor Trustee Council and Massachusetts Division of Marine Fisheries, is in need of a contractor to complete fish passage improvements, including demolition and restoration activities, along the Acushnet River at the Sawmill and Hamlin Street dams in order to maximize access to riverine and lacustrine spawning habitats for anadromous fish for the Acushnet River Fish Passage Restoration Project in Acushnet, Massachusetts. The project consists of constructing nature-like fishways at the Sawmill Dam and Hamlin Street Dam. The contractor shall construct a flow constrictor/step pool structure below the Sawmill Dam spillway which will extend from the top of the Sawmill Dam spillway for a distance of approximately 200 ft downstream. In order to ensure that all river flows will be directed to the restored channel, the existing sluiceway shall be permanently closed, thereby directing all flow through the restored channel alignment, both permanently daylighting this reach of the river and eliminating dry, no-flow periods in the restored reach of the river channel. The flow constrictor/ step pool shall be constructed from carefully placed, large rock boulders. Imbricated riprap walls shall also be used to stabilize slopes adjacent to the step pool system. The contractor shall use vegetative plantings to stabilize slopes above flood elevations, along the upper slopes and the tops of banks. The contractor shall also notch the Sawmill Dam spillway and remove a building that straddles the river channel. At the Hamlin Street Dam site, the contractor shall construct a flow constrictor/ step weir system from carefully placed, large rock boulders that shall be set essentially perpendicular to flow across the streambed at strategic locations. Imbricated riprap walls shall also be used to stabilize slopes adjacent to the step weir system. The contractor shall use vegetative plantings to stabilize slopes above flood elevations, along the upper slopes and the tops of banks. The resultant procurement will be a firm-fixed price contract. This will be a 100% small business set-aside. The North American Industrial Classification System Code (NAICS) is 237990. The size standard for Small Business is $31 million. The estimated price range of this project is $500,000 to $1,000,000. Completion time for this project is one hundred eighty (180) calendar days after the written Notice to Proceed. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR and ORCA please access the following web site: http://www.bpn.gov. In order to register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505 Firms interested in receiving notification when the solicitation is available must submit a request in writing to the attention of Pam Stichweh via e-mail at pamela.l.stichweh@noaa.gov or facsimile at 816-274-6967. All requests should be received by February 8, 2007. Requests should reference IFB number WC133F-07-RB-0009. Requests must include company name; address; CAGE number, DUNS number, phone number; fax number, and e-mail address. NO PHONE REQUESTS WILL BE ACCEPTED. All sources submitting a written request for the solicitation will be notified via e-mail when the solicitation documents are available along with instructions on how to obtain them. The solicitation will be available on or about February 9, 2007. Hard copies of the solicitation and drawings will not be available. IMPORTANT NOTE: Firms must be registered in FedTeDs in order to obtain a copy of the solicitation and drawings. For instructions on how to register in FedTeDs please access the following web site https://www.fedteds.gov/. All responsible sources may submit an offer that will be considered by the agency. Original Point of Contact Pam Stichweh, Contracting Officer, Phone: (816) 426-2067, FAX (816) 274-6967, Email pamela.l.stichweh@noaa.gov . Questions of a technical nature should be referred to Steve Block, Project Manager, (978) 281-9127, Email Steve.block@noaa.gov . NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JAN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-FEB-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/CASC/WC133F-07-RB-0009/listing.html)
 
Place of Performance
Address: Acushnet, Massachusetts
Zip Code: 02743
Country: UNITED STATES
 
Record
SN01240325-F 20070301/070227222755 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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