Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOURCES SOUGHT

Z -- McNary Dam Juvenile Fish Bypass Outfall Pipe Relocation

Notice Date
12/16/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-11-R-SS10
 
Archive Date
1/3/2011
 
Point of Contact
Phyllis Buerstatte, Phone: 509-527-7211, Jani C Long, Phone: 509-527-7209
 
E-Mail Address
Phyllis.L.Buerstatte@usace.army.mil, jani.c.long@usace.army.mil
(Phyllis.L.Buerstatte@usace.army.mil, jani.c.long@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled, McNary Juvenile Fish Bypass Outfall Pipe Relocation. This will be a firm-fixed-price contract. Place of performance is McNary Lock and Dam, Umatilla, Oregon. Construction magnitude is between $10,000,000 and $20,000,000. A bid guarantee of 20% will be required. 100% Performance and payment bonds will be required. Responses to this announcement are due no later than close of business on Dec 30, 2010. The Statement of Work includes the following: Structurally the project consists of the following: Support of a 36 inch diameter primary diversion steel pipe filled with water for fish transport for a distance of approximately 630 feet at an average elevation of approximately 20 feet above grade supported by new steel structures. Steel supports for the 36 inch line will occur at approximately 50 feet on center. The supports will be founded on concrete footings. Shallow excavations will be required to set the concrete footings. Support of a 16 inch diameter steel pipe combined Chinook and Steelhead line for a distance of approximately 280 feet at an average elevation of approximately 5 feet above grade by new steel structures. Steel supports with cantilevered hangers for the 16 inch line will occur at approximately 30 feet on center. The 8 inch steel supports will be founded on concrete drilled shafts.. Support of a 42 inch diameter HDPE pipe combined diversion line for a distance of approximately 600 feet by burial at a base of pipe elevation of approximately 4 feet below grade. Excavation, backfill, compaction and laying of the pipe will meet Corps criteria and specifications. Support of a 42 inch diameter HDPE pipe combined diversion line for a distance of approximately 600 feet by supporting the base of the pipe approximately at grade. Grade preparation and laying of the pipe will meet Corps criteria and specifications. Support of a 36 inch diameter steel pipe combined diversion line for a distance of approximately 1200 feet over water on steel supports. The steel supports will consist of single, cased, reinforced concrete shafts spaced approximately 55 feet on center, extending from an elevation of approximately 270 feet down to an elevation founded in bedrock of approximately 210 feet. Initially, 48 inch diameter steel casings will be drilled through the silt layer and driven to a depth of one foot into the bedrock. Drilling will proceed approximately ten feet beyond the base of the casing. A rebar cage will be placed down into the casing. Tremie concrete will be placed into the casing from the base of the hole drilled into the bedrock continuing all the way up, filling the voids within the rebar cage and between the cage and the wall of the casing. General: The total length of pipe to be supported or buried is approximately 3550 feet. The pipe must closely follow a defined slope and horizontal alignment from the tie-in points at the Juvenile Fish Facility to the outfall point some 1200 feet from shore. All pipes supported above grade will have ring girder type saddle supports. Expansion joints will be provided in the piping and thermal forces will be accommodated in the structures. All structural steel will meet Corps criteria and AISC guidelines, specifications and standard practices. Shop drawings will be required. All concrete work will meet Corps criteria and ACI guidelines, specifications and standard practices. Reinforcing shop drawings will be required. All welding shall be done by certified welders meeting AWS D1.1 and Corps criteria. All piling will meet Corps criteria and specifications. Location of all existing structures and utilities which may be affected by the work will be verified by the contractor. All known information on these items will be supplied by the Corps. Existing sod and irrigation lines impacted by pipeline installation will be repaired to restore McNary Dam Park area to conditions similar to pre-construction conditions. The construction period is anticipated to begin in August/2011. The contract will contain strict schedule requirements to complete the work by April/2012. Work conditions include elevated work and work over water. Work will probably also require support of a barge-mounted crane. Contractor must have a past performance history of work similar to the work required. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual, at http://www.usace.army.mil/CESO/Documents/EM385-1-1FINAL.pdf This sources-sought announcement is issued for the purpose of identifying small business concerns, including HubZone small business concerns and Service Disabled Veteran Owned small business concerns, with the capability to accomplish the work. Only those firms who respond to this announcement by submitting a statement of their current or past technical experience (what the firm has done) and current or past performance (how well the firm did it) similar to or the same as the requirements stated above, will be used in the Government's determination of whether to set aside this requirement for small business or open it to unrestricted competition. Include your firm's bonding capacity and a statement indicating your business type (small business, 8(a) small business, HUBZone small business, or Service Disabled Veteran Owned small business). The NAICS Code for this project is 237990 and the associated small business size standard is $33.5million in average annual receipts. Please email your response to the following two email addresses: Phyllis.L.Buerstatte@usace.army.mil and Jani.C.Long@usace.army.mil If you mail your response, please send it to Phyllis Buerstatte, Contract Specialist, 201 North Third Avenue, Walla Walla, Washington 99362. All responses to this notice must be received on or before close of business on 30 December 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-SS10/listing.html)
 
Place of Performance
Address: McNary Lock and Dam, Umatilla County, Oregon, United States
 
Record
SN02345330-W 20101218/101216233950-5b01ad5b73a390e72279402b5b13a5b6 (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  © 1994-2020, Loren Data Corp.