Idaho Bids > Bid Detail

Request for Information: Two Phase Design-Build- Albeni Falls Dam Fish Passage

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159232009458043
Posted Date: Dec 13, 2023
Due Date: Jan 9, 2024
Source: https://sam.gov/opp/4f5167d0b1...
Follow
Request for Information: Two Phase Design-Build- Albeni Falls Dam Fish Passage
Active
Contract Opportunity
Notice ID
W912DW24R0020
Related Notice
W912DW23R0001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST SEATTLE
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 13, 2023 01:52 pm PST
  • Original Response Date: Jan 09, 2024 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Oldtown , ID 83822
    USA
Description

DESCRIPTION:



The United States Army Corps of Engineers, Northwestern Division - Seattle District (NWS) is asking for feedback from industry on an upcoming requirement for a Two-Phase Design-Build large civil works project for the installation of a Fish Passage Facility located at Albeni Falls Dam, Oldtown (AFD), ID.





The agency has been tasked to solicit for and award of a Design-Build construction contract for an upstream “trap and haul” fish passage facility at AFD for the passage of sub-adult and adult Bull Trout; The planned facility includes an entrance structure designed to discharge approximately 300 cubic feet per second (cfs) with two vertical slot entrances, a gravity water supply system, a fishway, such as a ladder, a pre-sort pool, a fish lock for lifting fish, a sorting facility, and a truck loading area. The operation is anticipated to be year-round, excluding the warmest month of August when temperatures exceed lethal thresholds for bull trout and during winter periods of river or facility ice-over. The facility is designed to operate between tailwater elevations from 2,031 feet to 2,048 ft. The gravity water supply can operate at forebay elevations as low as 2,045 ft and forebay-tailwater elevation differentials as low as 4 ft.





The construction activities may include the installation of isolation devices, like a cofferdam or equivalent, delivery of materials and equipment by trucks or a barge, tunneling through rock, drilling, and blasting of rock (both in and out of the water), placement of piles, and the curing of concrete for the assembly and attachment of the parts. The assembly of most of the structure will take place on land; however, construction of the entrance structure and parts of the auxiliary water intake may need to occur from a floating barge. The staging areas will be coordinated with AFD personnel. Limited laydown areas will be located on the right abutment within and adjacent to the Corps employee parking area. In general, access to the Project site will be from two areas: (1) barges working in the tailrace or forebay, and (2) the right abutment through the Corps access gate, parking area, and over the powerhouse intake deck. River access will be required to construct the fishway entrance as well as the auxiliary water supply intake structure. Access to the remaining project elements will be from the right abutment off U.S. Highway 2 via the dam access road.





The construction of this project will have constraints which include but are not limited to: Seasonal work windows, blasting requirements, in-water work complying with water quality requirements, monitoring and construction work taking place alongside an active Hydroelectric dam while the dam continues to operate normally. Construction of the fish passage will be required to be in coordination with the terms of the Biological Opinion which can be found at:





https://ecos.fws.gov/tails/pub/document/9799287





The proposed project is anticipated to be a competitive, firm-fixed-price type contract to be procured in accordance with the Federal Acquisition Regulation (FAR) Subpart 36.3 (Two-Phase Design-Build Selection Procedures) and FAR Part 15 (Contracting by Negotiation), using the Tradeoff process.





The Government is seeking qualified, experienced sources capable of performing the construction of the AFD Fish Passage Facility. Activities will include, but are not limited to:





1. Design and construction of a fully integrated fish passage facility (target species bull trout) including an entrance structure, fish ladder, holding pool, fish lock, water supply, sorting facility and supporting infrastructure.





2. Construction near an Active Hydroelectric Dam: The dam will be always operational during construction. Blasting and construction near or alongside an operating hydroelectric dam will be required.





3. Construction under the terms of a Biological Opinion: The contract will contain constraints and measures as outlined in the Biological Opinion for activities such as in-water blasting, in-water concrete placement and cofferdam construction.



In accordance with /DFARS Part 236, the estimated construction price range for this project is: Between $100,000,000 and $250,000,000. Estimated duration of the project is 1,460 calendar days from issuance of the Notice to Proceed. The North American Industry Classification System code for this procurement is, 237990 Other Heavy and Civil Engineering Construction, which has a small business size standard of $39.5 million.





The following documents are attached in support of this Special Notice/Request for Information.






  1. W912DW24R0020 Attachment 1-Questions from USACE to Industry regarding the AFD Fish Passage Facility.





Please provide your responses, via email, to: Charles Idle (Charles.d.idle@usace.army.mil), Contract Specialist by January 9, 2024, by 2:00 PM Pacific Time.





Thank you for your interest in this USACE project!




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >