SOURCES SOUGHT
99 -- Bonneville Power House 1 Site Prep & Trashrack Replacement
- Notice Date
- 5/1/2025 4:08:07 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N25R0020
- Response Due
- 5/15/2025 3:00:00 PM
- Archive Date
- 05/30/2025
- Point of Contact
- Brandon Lasich, Phone: 5038084637, Ian Lutjens, Phone: 5038084434
- E-Mail Address
-
brandon.m.lasich@usace.army.mil, ian.k.lutjens@usace.army.mil
(brandon.m.lasich@usace.army.mil, ian.k.lutjens@usace.army.mil)
- Description
- General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small business members of industry to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and Veteran Owned Small Business (VOSB). All interested parties are highly encouraged to respond. Reponses to this Sources Sought announcement will be used by the Government to make business decisions and to inform potential future solicitations. The North American Industrial Classification Code (NAICS) for this requirement is: 237990, Other Heavy and Civil Engineering Construction The related size standard is: $45 million. Formal Sources Sought Response Due � 15 May 2025 at 3:00 pm Pacific Time. 1. Project Background. Bonneville�s 1st Powerhouse has 10 main units and one station service unit requiring new intake trash racks. Each main unit consist of three slots. Each slot has six racks � one bottom and five top racks. The station service unit has one top rack, four intermediate racks and one bottom rack. All main unit trash racks are similar in design. The existing Bonneville Powerhouse I trash racks were originally installed in 1937 and are now 80 years old. As part of annual maintenance, these trash racks are cleaned and inspected, except the lower racks which are left in place to prevent debris from entering the units. The last time the lower trash racks were removed and inspected was 1983. 2. Project Scope. a. The following information represents the project objectives: i. Pre-site survey. ii. Fabrication and installation of 162 - 22'-1 1/4"" long, 1'-7 1/2"" wide x 12' tall new trash racks. iii. Removal and disposal of 174 existing trash racks. Disposal of an additional 29 existing trash racks that are being stored onsite. iv. Debris removal or debris relocation (brush, tree trunks, etc.), and relocation of sediment to ensure successful installation of the trashracks. The volume of debris and sediment is approximately 800 cubic yards total in a 20 ft by 1000 ft area, down to a -2 EL., at an approximate water depth of 70 feet. i. This large volume is assumed necessary so that the area stays clear long enough for the trashrack installation work to occur. This volume could be reduced if schedule sequencing is in such a way that the trashrack removal/installation can follow quickly behind the debris removal/relocation. ii. Debris includes 12""-24"" diameter trees. There are some 36"" diameter trees that cross multiple units. iii. Debris in front of the units ranges 1-15 feet. v. Debris removal/relocation behind existing trashracks, as necessary, to install the new trashracks. i. The trashracks spacing is 6� on center. vi. Installation of 162 new trash racks and 12 additional trash racks that are already onsite. NOTE: USACE would greatly appreciate input from industry on the best means of clearing the debris and sediment to allow for access to the track racks for replacement. Several options have been discussed, including: 1. Removing all debris and sediment from the water and disposing of in accordance with all federal, state, and local laws. 2. Removing only debris and move sediment upstream from the face of the dam, leaving it in the water. 3. Moving the debris and sediment upstream from the face of the dam, leaving it in water. b. Anticipated Construction Schedule: CENWP intends to advertise (09-2025) and award (11-2025) a Construction Contract with estimated construction completion by the end of calendar year 2027. c. Estimated Construction Cost (ECC): The current ECC is between $10,000,000 and $25,000,000. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude. d. Number and Type of Contracts: NWP contemplates awarding one (1) Firm-Fixed Price Construction contract. Maximum Small business participation is being sought at both the Prime and subcontracting levels. e. Anticipated Source Selection Process: The expected method to determine the best value to the government is Invitation for Bid. 3. Project Specific Constraints and Challenges: a. Debris removal and divers are only allowed during the In-Water-Work (IWW) window, December 1 � February 28. Removal and installation of the trashracks can occur outside of the IWW. This needs to be carefully coordinated as debris may need to be removed behind the trashracks for successful installation of the trashracks. b. It is assumed that debris removed from the river would need to be tested for environmental compliance prior to disposal. c. When a boat or barge is in the water, assume all units are out of service. d. Any diving, at any time of the year, requires at least three main units (unit being dove on and each immediate adjacent unit), including the ITS gates, to be secured & locked-out/tagged-out during dive operations. Depending upon the time of year, river flows and levels have dictated that additional main units may need to be secured and locked-out/tagged-out to ensure the dive location is not only safe but efficient for the divers to work in. e. The operating project will provide the gantry crane and operation of gantry crane for installation and removal of the main unit trashracks. The contractor will be required additional mobile crane (90 ton possibly) for station service trashrack installation and other purposes. f. The existing trash rack paint is likely contains lead. The Contractor is responsible to perform lead abatement or to dispose in an approved site. 4. Questions for Industry: a. Is there anything in our SOW that would discourage you from bidding? b. Is there anything in our SOW that would cause enhanced pricing uncertainty? c. Are there any concerns with schedule or project specific constraints? d. Are there any market conditions or industry practices that you feel the government needs to be aware of? e. What are the best means of clearing the debris and sediment to allow for access to the track racks for replacement? f. What kind of equipment and methodology would be used to move/remove the sediment and debris? g. What would be the approximate cost difference of removing debris versus moving debris upstream? h. What construction sequence would be utilized for this work? i. Approximately how long will it take to fabricate 162 trashracks? j. Space onsite is limited. Is it cost prohibitive to store the 162 trashracks off-site prior to installation? k. Is there interest amongst contractors to perform the scope of work under one contract or would the trashrack scope and debris scope need to be separate contracts? 5. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � Bonneville Powerhouse 1 Trash Rack Replacement. Please email to Brandon Lasich, Contracting Officer, at Brandon.M.Lasich@usace.army.mil and Ian Lutjens, Contracting Specialist, atIan.K.Lutjens@usace.army.mil, before response due date. Interested parties� responses to this Sources Sought shall be limited to six (6) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. b. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB). c. An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. d. A description of work performed under similar project constraints and challenges listed under paragraph 3. e. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): � To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1) similar project(s). These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following: Project Title Contract Number Contract award date Customer name, phone number and email address Prime or Subcontractor Initial contract dollar value Final contract dollar value Initial contract completion date Final contract completion date Customer satisfaction The Government may verify information in CPARS or PPIRS. f. Firm's Joint Venture information if applicable - existing and potential. g. Firm's Bonding Capability in the form of a letter from Surety. h. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates) i. Responses to the government�s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of. 6. Disclaimer and Important Notes. a. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. b. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a Government contract. 7. Attachments: a. Draft Plans b. Bonneville Powerhouse 1 � 2025 Bathymetry Images c. Bathymetric data can be made available upon request. d. Dive video showing the debris in the vicinity of the trashracks can be made available upon request.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b52caa828f6a4b8d81eb8600bce24137/view)
- Place of Performance
- Address: Cascade Locks, OR, USA
- Country: USA
- Country: USA
- Record
- SN07428733-F 20250503/250501230053 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |