Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
MODIFICATION

Y -- McNary Juvenile Fish Bypass Outfall Pipe Relocation, McNary Dam, Umatilla, Oregon

Notice Date
7/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-11-R-0016
 
Response Due
8/31/2011
 
Archive Date
10/30/2011
 
Point of Contact
Phyllis Buerstatte, Phone: 509-527-7211
 
E-Mail Address
Phyllis.L.Buerstatte@usace.army.mil
(Phyllis.L.Buerstatte@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Construction Project: McNary JBS Outfall Pipe Relocation. Work consists of relocating the juvenile fish bypass outfall at McNary Dam on the Columbia River near Umatilla, Oregon. The contract will relocate the juvenile fish bypass outfall from its current location about 250 feet downstream from the dam in front of the powerhouse to a new location about 1100 feet downstream from the dam and 1200 feet away from the bank out into the river. The new pipeline will be comprised of three different sections. At the upstream end of the modification, just after the fish are routed through a primary/secondary switchgate, the primary bypass pipe will be replaced with 900 feet of 36-inch covered, corrugated metal flume elevated anywhere from 39 feet above the ground at the upstream end to ground level at the downstream end. The 900-foot length of the flume includes about 250 feet within an elongated circular loop to limit rate of descent. The flume will be supported by steel support structures spaced from 50 to 58 feet apart. The steel supports will stand on concrete footings set into the ground. The flume transitions to a fabricated steel junction box where the secondary bypass pipe rejoins the primary bypass pipe after leaving the juvenile fish facility. After the junction box, the bypass pipe goes underground in a 42 inch high density polyethylene (HDPE) pipe for a distance of 950 feet. After the HDPE pipe daylights at the western end of the run, the pipe transitions to a 36 inch smooth steel pipe that turns north and continues out over the water for a distance of approximately 1320 feet. The overwater portion is supported on drilled shaft, cast-in-place reinforced concrete piers spaced about 55 feet apart. The piers will generally be in water depths of 20 to 25 feet except for the final pier near the end of the outfall. That pier will support the pipe in a water depth of about 55 feet or more. The invert of the overwater portion of the pipeline will generally be about 11 feet above the water surface when the river is at the average tailwater elevation. Support piers will be required to extend a minimum of 10 feet into bedrock. In addition to the relocation of the outfall, the contractor will also be required to modify a number of pipes within the juvenile fish facility. These pipes are generally smaller in diameter, usually either steel or plastic pipe. Most of these pipelines are elevated as well and steel supports/concrete footings will be required. Contract requirements will also include demolition of existing pipelines to be abandoned within the juvenile fish facility as well as the existing outfall pipe and supports, including the underwater portion of the supports. Contract activities required include material acquisition and delivery, off-site fabrication of aluminum and steel hydraulic control structures and steel pipe supports, reinforced concrete placement, welding, crane work, pipe joint treatment, paint prep and painting, in-water construction, barge-mounted crane work, construction of reinforced concrete retaining walls, trenching and backfill, relocation of a comfort station drainfield, landscape restoration, installation of valves and water control mechanisms in the juvenile fish facility, electrical work, and on-site component assembly as well as miscellaneous associated tasks. Pipe slopes and alignments are critical to the performance of the completed system and will require tight tolerances during construction. Work conditions will include hazardous work such as elevated work, work on or over water, work under water, confined spaces, and cold or icy weather. The in-water work window is expected to be 01 Nov 2011 through 31 March 2012. The Juvenile Fish Facility will be shut down on 15 Dec 2011 and then is scheduled to be in operation on 15 March 2012. Commissioning of the work is expected to be completed by 12 March 2012. This project will be incrementally funded. Request for Proposals No. W912EF-11-R-0016 will be posted to the FBO website on or about 20 June 2011. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. Anticipated proposal due date is 20 Jul 2011. Important Note: The FedBizOpps Response Date listed elsewhere in this synopsis is for FedBizOpps archive purposes only. It has no relationship to the actual proposal due date. The proposal due date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will be offered approximately 2 weeks after the solicitation is made available to bidders. See solicitation for details about the site visit. The proposal evaluation method will be Lowest Price Technically Acceptable (LPTA). The non-price evaluation factors the Government will use to evaluate proposals are expected to include offeror's record of experience and successful past performance in performing work of this type. Solicitation is open to both large and small business concerns. NAICS code for this project is 237990, and the small business size standard is $33.5 million or less in average annual receipts. Estimated magnitude of construction is between $10,000,000 and $25,000,000. When issued, the solicitation documents for this project will be available at FedBizOpps.gov https://www.fbo.gov NO CDs OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website. To obtain automatic notifications of updates to this solicitation, you MUST log in to FedBizOpps.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on FedBizOpps.gov. Phyllis.L.Buerstatte@usace.army.mil USACE District, Walla Walla
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912EF-11-R-0016/listing.html)
 
Place of Performance
Address: USACE District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
 
Record
SN02507635-W 20110724/110723005706-b1e3b903f7f8781ab9feedcbb2be9d6b (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.