SOLICITATION NOTICE
38 -- John Day North Fish Ladder Exit
- Notice Date
- 7/1/2009
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Portland, Portland District, US Army Corps of Engineers, Contracting Division (CENWP-CT_, P.O. Box 2946, Portland, OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N09R0027
- Response Due
- 8/20/2009
- Archive Date
- 10/19/2009
- Point of Contact
- Kenneth G. Piper, 503-808-4619<br />
- E-Mail Address
-
Portland District, US Army Corps of Engineers
(kenneth.g.piper@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE), Portland District (NWP) has a requirement for constructiobn at the John Day Dam in Rufus,OR. The purpose of the work for the John Day North Fish Ladder is to modify the exit section of the ladder and the fish counting area to improve adult fish passage. The site is located on the John Day Lock and Dam Project on the Columbia River. The John Day Lock and Dam Project is located a few miles upstream of the town of Rufus on Interstate 84 on the Oregon shore. The north fish ladder is located on the north shore between the navigation lock and the spillway on the Columbia River. Scope of the work includes: 1) removal of existing concrete weirs in the fish ladder along with the existing sill gates and actuators; 2) construction of new concrete weirs; 3) modification of existing concrete baffles in the transition section located in the non-overflow portion of the dam; 4) modifications to the floor, diffuser, and the fish counting building within the fish ladder; 5) replacement of the existing bulkhead, picket leads, crowder, and light box and the addition of a window washer for the fish counting building; 6) furnishing and installing new sill gates and sill gate actuators for the new weirs; 7) design, fabricate, and install new walkways, work platforms, stairways and hand rail systems; 8) furnish and install new panel boards and power circuits to all the new sill gate actuators and the new equipment at the fish counting facility; and 8) install a PLC system for the control of the new sill gate actuators and to operate the equipment around the fish counting facility. Optional items that will be exercised by government anytime prior to completion of the contract may include; 1) skilled craftsmen hours; 2) replacement of avian wires located above the construction area; and 3) supplying miscellaneous materials. Detailed specifications will be inclusive in the solicitation package. A Site Safety and Health Officer (SSHO) shall be provided for all new contracts with this District. For this project, the person that will act as the SSHO is required to have a minimum of 3 years safety work with similar projects and a 30 Hour OSHA construction safety class (or equivalent) taken within the last 3 years. The SSHO may have no other duties for this work except function as the on-site CQC Manager. This procurement is open to both small and large business concerns. The NAICS Code is 237990 and the small business size standard is $31.5 million. Large business will be required to submit a small business subcontracting plan. The Magnitude of Construction is $5,000,000 to $10,000,000. Interested business concerns must be enrolled in the Central Contractor Registry (CCR) at www.ccr.gov to conduct business with the Department of Defense. A Request for Proposal (RFP) utilizing the Low Price Technically Acceptable (LPTA) method will be issued. Instructions for offerors will be in the in the solicitation when issued and will state the minimum Criteria for offerors to qualify as Technically Acceptable. The solicitation for this project will be issued in electronic format on/or about 16 Jul 2009 with a proposal due date no less than 30 days after issuance; a notice and link to download this solicitation will be posted on the Federal Business Opportunity (www.fbo.gov) when the solicitation is available for download. Interested parties are responsible for checking the referenced websites for any update(s). The Government is not responsible for any loss of Internet connectivity or for any parties inability to access the document posted at the referenced websites. All inquiries regarding this solicitation are to be submitted via Bidder Inquiry. Telephone and email inquiries will not be accepted. Bidder Inquiry is a web-based program that allows bidders to post questions regarding the solicitation and to view all questions by other bidders and answers by USACE. Bidder Inquiry instructions will be detailed in the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N09R0027/listing.html)
- Place of Performance
- Address: Portland District, US Army Corps of Engineers Contracting Division (CENWP-CT_, P.O. Box 2946 Portland OR<br />
- Zip Code: 97208-2946<br />
- Zip Code: 97208-2946<br />
- Record
- SN01862815-W 20090703/090702001558-d2f0c8142e99cfd567489b7816e30be5 (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 |