Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
SOURCES SOUGHT

Y -- 140R2018R0009 - Derby Diversion Dam Horizontal Fish Screen Project

Notice Date
12/12/2017
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Bureau of Reclamation Mid-Pacific Region Regional Office Division of Acquisition Services 2800 Cottage Way, Room E-1815 Sacramento CA 95825-1898 US
 
ZIP Code
00000
 
Solicitation Number
140R2018R0009
 
Response Due
1/8/2018
 
Archive Date
1/23/2018
 
Point of Contact
Byrne, Matthew
 
Small Business Set-Aside
N/A
 
Description
140R2018R0009 - Derby Diversion Dam Horizontal Fish Screen Project This announcement is to all Small Business, 8(a) Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business and Women-Owned Small Business concerns that may be interested in performing a contract for the Mid-Pacific Region of the Bureau of Reclamation. The contract type and work contemplated is described below. Based upon the response to this announcement, the Government will determine the most applicable procurement strategy and whether or not to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 237990 and the related small business size standard is $36.5M. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. The estimated cost of this project is more than $10,000,000. This procurement will require 100% performance and payment bonds. This sources sought announcement is issued for the purpose of exchanging information to improve the understanding of industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government's requirements. The U.S. Bureau of Reclamation (Reclamation) is seeking information for acquisition planning of the design and construction of the Truckee Canal Horizontal Fish Screen (Fish Screen) located adjacent to the Truckee Canal, approximately 150 yards downstream of the Derby Diversion Dam. The Fish Screen should be designed to keep the endangered Cui-ui (Chasmistes cujus) and the threatened Lahontan Cutthroat Trout (Oncorhyncus clarki henshawi) (LCT) fish species from being stranded in the Truckee Canal and should meet the National Marine Fisheries Service (NMFS) Fish Screen Criteria for Anadromous Salmonids, specific to LCT fry. General Requirements: 1.The Fish Screen design shall meet the NMFS Fish Screen Criteria for Anadromous Salmonids which includes, but is not limited to the following: a.The design approach velocity shall not exceed 0.40 feet per second. b.Sweeping velocity must be greater than the approach velocity. c.Adequate total submerged screen area. d.Screen design must provide for uniform flow distribution over the surface of the screen. e.Perforated plate screen opening shall not exceed 3/32 inches (2.38mm), measured in diameter. f.Screen material shall provide a minimum of 27% open area. g.Design and construct the civil works, structural features, juvenile bypass system layout, bypass entrance and the bypass outfall to meet all criteria as outlined by NMFS. 2.The Truckee Canal Horizontal Fish Screen System (System) design shall include, but is not limited to the following: a.A Fish Screen capable of meeting flow diversion deliveries ranging from 40 to 600 cubic feet per second (cfs) when operational. b.An open flow intake channel with a gate structure, housing remotely operated gate(s) located upstream of each Fish Screen structure. This structure must also include a trash rack system to minimize damage caused to the screen by large debris. c.An open flow discharge channel with a gate structure, housing remote operated gate(s) downstream of each Fish Screen structure. d.Intake gates upstream and discharge gates downstream of the Fish Screen. Both the intake and discharge gates must be able to accommodate for varying flow conditions and must be configured to include remote operations through the use of SCADA logic and configuration. The intake and discharge gates must also provide the ability to isolate the Fish Screen so maintenance and operations can occur. e.A gated structure, located in the Truckee Canal between the Fish Screen intake and discharge, must be installed with the ability to stop flow in the Truckee Canal, forcing diversions through the Fish Screen. This structure must be able to accommodate for varying flow conditions and must be configured to include remote operations through the use of SCADA logic and configuration. 3.The System/installation shall provide the following facility features: a.Maintenance access to all components of the Fish Screen. b.Adequate lighting throughout the facility. c.A control building capable of housing associated SCADA controls and electrical control panels. 4.The System/installation shall be capable of collecting water data such as flow, water surface elevation, and velocity. Principal Components of Work: 1.Design the Fish Screen to meet all criteria outlined in the General Requirements. 2.Site Construction a.Providing temporary facilities for care of river and canal flows during construction work. b.Excavating earth and rock materials for horizontal fish screen installment and other associated structures. c.Removing water from work areas and materials to be excavated. 3.Concrete a.Constructing multiple reinforced concrete structures. 4.Metals a.Furnishing and installing frames, platforms, grating, guardrails, and other fabricated metal items. b.Furnishing and installing metal trash racks. 5.Equipment a.Furnishing and installing gates with motor operators/actuators. b.Installing remote operating SCADA system. 6.Electrical a.Furnishing and installing cables, conduit and outlets for power to perform remote operations. b.Furnishing and installing lights at the fish screen structure, maintenance access roads and for the SCADA control building. Interested parties are invited to submit the following for informational and planning purposes only: a.Statement of Interest as a prime and/or subcontractor. b.Construction bonding level, aggregate and per contract. c.Point of Contact information. d.Size and status and/or SBA certification program for NAICS 237990 e.Firm capability to successfully manage complex design-build requirements. f.Recent projects similar in size and scope. All interested parties are encouraged to respond to this notice, by e-mail only (please do not inquire by phone) to mbyrne@usbr.gov no later than close of business on 1/8/2018. The information provided in this announcement is the only information the Government has available at this time. As required by FAR 4.1102, prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract or agreement and is applicable to any future procurement related to this inquiry. Prospective contractors must be registered prior to award. Lack of registration in the database will make an offeror ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/18486bc7aaf13452da076ec79facdb36)
 
Record
SN04764689-W 20171214/171212231354-18486bc7aaf13452da076ec79facdb36 (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.