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

B -- INVESTIGATE ASSESSMENT OF OPTIONS, METHODOLOGY, AND COST ESTIMATION OF REMOVAL OR NOTCHING OF ENGLEBRIGHT AND DAGUERRE POINT DAMS

Notice Date
7/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NFFR5400-11-05622SRG
 
Archive Date
7/28/2011
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT - REMOVES "6. Ability to meet all requirements for vessel overhaul and scheduled maintenance in the scope of work." COMBINED SYNOPSIS/SOLICITATION INVESTIGATE ASSESSMENT OF OPTIONS, METHODOLOGY, AND COST ESTIMATION OF REMOVAL OR NOTCHING OF ENGLEBRIGHT AND DAGUERRE POINT DAMS (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NFFR5400-11-05622SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is being issued as a unrestricted. The associated NAICS code is 541990. The business size standard is $7.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - INVESTIGATE ASSESSMENT OF OPTIONS, METHODOLOGY, AND COST ESTIMATION OF REMOVAL OR NOTCHING OF ENGLEBRIGHT AND DAGUERRE POINT DAMS (VI) Description of requirements is as follows: See attached statement of work which applies to requirement. (VII) Period of performance shall be August 1, 2011 through October 30, 2112: (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following: 0. Task 1.1 Review and Synthesize existing information a. Degree to which contractor has familiarity and a working knowledge of the Yuba River and Englebright and Daguerre Point Dams. b. Degree to which contractor has already compiled existing information, and intends to provide such information vs. the extent the contract must rely on NMFS to assist in review and synthesis of existing information. c. Degree to which contractor may provide basic information about the Englebright reservoir sediment deposits, to address the issues associated with potential toxicology or contaminants by summarizing work already completed and providing some recommendations for future investigations, or general advise to NMFS about how to proceed with regard to these matters in future investigations. 1. Task 1.2 Describing Engineering Approach to Deconstruction or Modification of Englebright and DaGuerre Point Dams. a. Degree to which contractor has previous experience with dam removal studies of this magnitude, or education and experience in similar, large-scale, applied engineering projects. b. Degree to which principal contractor has previously produced original or individual work of this nature, or whether the contractor has transferable knowledge and skills developed in other engineering arenas. 2. Task 1.3 Identify Future Detailed Analysis and Regulatory Procedures that may be required. a. Degree to which contractor has previous experience working on projects involving federal and state permitting procedures, e.g. -ESA, NEPA/CEQA, CWA, etc. b. Degree to which contractor has a working knowledge of how considerations for permitting procedures affect timing and schedules for projects of this scale. 3. Task 1.4 Analyze at least 4 possible dam removal scenarios. a. Degree to which the contractor has experience in designing approaches to large scale construction engineering projects. b. Degree to which contractor has experience in estimating costs for large scale construction engineering projects. c. Degree to which contractor can demonstrate and understanding of the implications of sediment transport modeling and other related information about the river and the subject facilities, as it applies to the conceptual approach to dam removal or dam modification (e.g. - hydrology, geomorphology, geo-technical studies, structural engineering). d. Degree to which contractor has experience or familiarity with modern fish ladder design for upstream passage of adult salmonids. 4. Task 2.0 Develop a schedule of costs and estimated timelines for all selected alternatives. a. Degree to which contractor has experience with scheduling, cost estimating, and construction management aspects of large scale riverine construction activities. 5. Task 3.0 Describe Elements of a Potential Adaptive Management Program. a. Degree to which contractor has familiarity and experience in dealing with large scale construction design and management programs that are subject to adaptive management approaches. 7. Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 P.M. Mountain Standard Time on July 27, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov. The fax number is (303) 497-7719. (XVI) Any questions or inquiries regarding this solicitation should be directed to the following three persons: Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov no later than 4:30 p.m. MST, July 25, 2011.   STATEMENT OF WORK Deconstruction Alternatives for Englebright and DaGuerre Point Dams on the Yuba River NOAA/NATIONAL MARINE FISHERIES SERVICE SOUTHWEST REGION Habitat Conservation Division CONTRACT STATEMENT OF WORK - NFFR5400-11-05622 I. Statement of Work A qualified engineering consultant is needed to further investigate assessment of options, methodology, and cost estimation of removal or notching of Englebright and DaGuerre Point Dams. A total budget of $95,500 is authorized for this work, subject to open bidding by qualified contractors. II. Background DaGuerre Point and Englebright Dams are located on the Yuba River, a major tributary in the Sacramento River watershed. These structures were built and placed in operation in 1941 and 1910, respectively, to control hydraulic mining debris. Currently the structures are owned and operated by the U.S. Army Corps of Engineers. In February 2010, Montgomery-Watson-Harza, Inc, under contract with the National Marine Fisheries Service produced a report entitled: "Yuba River Fish Passage: Conceptual Engineering Project Options." This report was a conceptual engineering survey of several different potential options for fish passage facilities which might be considered in the future design and implementation of an anadromous fish reintroduction program. Because of budget constraints at the time, two prominent options were excluded from the scope of that study: (1) complete dam removal, and (2) dam notching or other structural modifications along with additional (or improved) upstream and downstream fish passage facilities. This study aims to complete the fish passage alternatives analysis by focusing on these "unresolved elements" at this time. A companion study is being undertaken during the same time period as this scope of work, entitled: "Sediment Supply and Transport Dynamics in the Yuba River Watershed." It is envisioned that both contractors will work with NMFS to coordinate efforts and schedules, so that the work plans and work products may serve to inform both studies. Hereafter, where referenced, the above named study will be abbreviated as "Sediment Transport Modeling Study." III. Description of Work and Services Note: NMFS staff offers to provide considerable research and technical assistance for certain tasks, as noted below. The Contractor is responsible for assessing the content of all contributed information, and for making final decisions about inclusion of any contributed information into the final report. Task 1.0 Research, Analyze, and Describe Dam Deconstruction or Modification Options Task 1.1 Review and synthesize existing information Review and synthesize existing information and issues relative to removal and/or notching of Englebright and DaGuerre Point Dam. (NMFS staff shall provide existing information for consideration by contractor) Task 1.2 Describe Engineering Approach to Deconstruction or Modification of Englebright and DaGuerre Point Dams. Provide an overview of the construction methods and engineering approaches for complete dam removal or dam modification (i.e.-"notching"), based on proprietary knowledge, engineering experience, and review of other proposed or completed projects of similar scale. (NMFS staff to provide some existing background information on projects of similar scale). Task 1.3 Identify Future, Detailed Analysis and Regulatory Procedures that may be required Provide a listing of future, detailed analysis that would be required, in subsequent stages of an engineering design process, in order to implement dam removal, dam notching, and/or fitting modified structures with effective upstream and downstream "fishways" for volitional passage of anadromous fish (adult and juvenile life stages). NMFS staff will supply existing information for contractor's consideration, pertaining to: (1) analysis required for upstream and downstream fish passage facility options that might be considered in a "dam notching scenario" and (2) regulatory procedures/permits that may be required) Task 1.4 Analyze at least 4 possible dam removal scenarios Identify, discuss, and analyze a set of at least four (4) dam removal (or dam modification) scenarios. The selection of scenarios must be in consultation with the NMFS Project Officer and staff (or others as directed by NMFS Project Officer), who will assist in coordinating inputs from other qualified and interested parties. It is expected that the analysis of possible dam removal scenarios will be developed in conjunction with information developed in the "Sediment Transport Modeling Study." Analysis should include plausible scenarios for the complete, partial, and/or step-wise removal of the Englebright and DaGuerre Point dam structures. Describe these scenarios in engineering and construction terms with respect to a set of realistic and achievable alternative approaches, using appropriate inputs from the associated "Sediment Transport Modeling Study" (as described in section II). In addition to the analysis of selected alternative scenarios, contractor shall also identify any additional constructed features (permanent, temporary, or ancillary) or large construction materials and equipment that would be required under each selected scenario. For example, temporary or permanent roadways, power supplies, coffer dams, pumping or dredging equipment, demolition equipment, etc. For the option that involves dam modifications or "notching" with added fish ladders, the contractor should provide representative plan and/or profile drawings, and /or landscape level renderings, or other representative graphical or photographic aids to help depict the concept. (NMFS staff will provide information for considerations involved with managing the aquatic and riparian habitat changes during (de)construction phases, and provide technical assistance with respect to the conceptual engineering approaches to constructed fishways on Englebright and DaGuerre Point Dams. Task 2.0 Develop a schedule of cost estimates and estimated time lines for all selected alternatives For all dam removal or dam modification scenarios, contractor shall develop: (1) a comprehensive schedule of cost estimates, utilizing the "Opinion of Probable Costs" approach as suggested by AACE International Guidelines, (2) an estimated, preliminary timeline, including a schedule of major or controlling tasks Task 3.0 Describe Elements of an Potential Adaptive Management Program The description should include a discussion of possible adaptive management provisions, and foreseeable contingency plans. This Discussion should take into account the information developed in the Sediment Transport Modeling Study. It should also be based on hydrologic forecasting considerations, and a monitoring and evaluation program. IV. Deliverables All deliverables will be submitted to the NMFS Project Officer. 01 -Not later than October 20, 2012, or soon after contract is authorized and activated, conduct a conference call with NMFS Project Officer (and other parties as directed by NMFS Project Officer) to engage in project coordination activities 02 -Not later than January 20, 2012, provide to NMFS Contract Officer a draft outline and description of elements as listed in tasks 1-3 above, including subtask 03 -Not later than February 20, 2012, provide to NMFS Contract Officer a final outline and description of elements as listed in Tasks 1-3 above, including subtasks 04 -Not later than August 15, 2012, provide to NMFS Contract Officer a draft report containing all of the elements required by Tasks 1-3 above, including subtasks. 05 -Not later than September 30, 2012, provide to NMFS Contract Officer a Final Report, containing all of the elements required by Tasks 1-3 above, including subtasks. V. Non-Personal Service Contract Statement Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations. The Government will perform the inspection and acceptance of the completed work. VI. Principal Contacts Rick Wantuck Regional Supervisor Hydropower and Fisheries Bioengineering Programs NOAA/National Marine Fisheries Service 777 Sonoma Avenue, Suite 325 Santa Rosa, CA 95404 office: 707-575-6063 fax: 707-578-3435 Richard.Wantuck@noaa.gov Appendix A Schedule and Payments Target Date Task Completed/Deliverable Received Payment Amount October 30, 2012 Completion of Coordination activities with NMFS and other parties $ January 30, 2012 Successful Completion of Deliverable 02 $ August 20, 2012 Successful Completion of Deliverable 04 $ September 30, 2012 Successful Completion of Deliverable 05 $
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFR5400-11-05622SRG/listing.html)
 
Place of Performance
Address: Hydropower and Fisheries Bioengineering Programs, NOAA/National Marine Fisheries Service, 777 Sonoma Avenue, Suite 325, Santa Rosa, California, 95404, United States
Zip Code: 95404
 
Record
SN02507729-W 20110724/110723010200-ea806d6ff8361066c860cb9c233a8916 (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.