Washington Bids > Bid Detail

RFI- Howard Hanson Dam Fish Passage Facility

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159009050340990
Posted Date: Mar 24, 2023
Due Date: Apr 14, 2023
Solicitation No: W912DW23R0VIK
Source: https://sam.gov/opp/1b9c03b0c6...
Follow
RFI- Howard Hanson Dam Fish Passage Facility
Active
Contract Opportunity
Notice ID
W912DW23R0VIK
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT SEATTLE
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 24, 2023 12:15 pm PDT
  • Original Response Date: Apr 14, 2023 05:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1KZ - CONSTRUCTION OF OTHER CONSERVATION AND DEVELOPMENT FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Ravensdale , WA 98051
    USA
Description

REQUEST FOR INFORMATION (RFI)



This RFI is solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue a Solicitation (Request for Proposal (RFP) in the future. Further, CENWS is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the firm’s expense.

This RFI is being issued to inquire about the industry’s capabilities/input on the anticipated project. A draft Scope of Work is provided as an attachment to this publication.

The U.S. Army Corps of Engineers, Northwestern Division, Seattle District (CENWS) is currently conducting market research to attempt to bolster Government and industry coordination and partnership in supporting an anticipated construction contract for a downstream fish passage facility (FPF) at Howard A. Hanson Dam (HAHD) on the Green River, Washington.

The Government is interested in any input from the large and small business community to include socioeconomic categories (e.g., 8(a) Business Development Program, Small Disadvantaged Business, Service-Disabled Veteran-Owned, Women-Owned, and Historically Underutilized Business Zone Small Business concerns) and questions regarding the requirement.



INFORMATION:



The proposed work to be performed is anticipated to be classified under the following North American Industry Classification (NAICS): 237990 – Other Heavy and Civil Engineering Construction.



The associated SBA size standard for the referenced NAICS is $45 million.



The estimated magnitude of construction for the project is over $500 million.



The CENWS anticipates soliciting and awarding a single award firm-fixed-price type contract using acquisition procedures in accordance with Federal Acquisition Regulation Part 15 Contracting by Negotiation.



DESCRIPTION OF SERVICES:



The project scope of work consists of construction of a downstream FPF at HAHD. The dam provides flood risk reduction in the winter and municipal and environmental water supplies in the summer. The reservoir water level is low in the winter and high in the summer, except for flood control. The proposed FPF site is located adjacent to the existing control tower and regulating outlet for HAHD (see the Attached Draft Scope of Work). The facility consists of a fixed multiport collector, steep slope bypass, deceleration tunnel, and outfall stilling basin structures. The main facility is approximately 220 feet long by 40 feet wide by 200 feet tall (about 140 feet is buried). The project is on an accelerated time frame for construction completion.

Submission Instructions: If your firm is interested and capable of performing the work identified in the Description of Services, then please provide a response to this RFI addressing the requested information in Part I and Part II below.



Ensure submissions are accurate, brief, and clear. Each response should cite the referenced area, contain the title of the area, and the firm’s response (e.g., Part I(1)(a) Firm Name: ABC, LLC).



Part I, Business Information: Please provide the following business information for your firm and/or for any teaming or joint venture partners.



1. Firm Information.



a. Firm Name

b. Mailing Address

c. Firm’s Website

d. Commercial and Government Entity Code (CAGE) or Unique Entity Identifier(UEI)

e. Phone Number

f. Email Address

g. Firm’s Point of Contact



• Name

• Title

• Mailing Address

• Email Address

• Phone Number



2. Does the firm agree with the NAICS 237990 is most appropriate for the required services identified within the draft Scope of Work. If not, please provide your recommended NAICS and the rationale supporting the recommended NAICS.



3. Firm’s Business Size Standard. Identify your firm's business size standard based on the primary NAICS code of 237990 to include all socioeconomic categories (e.g., large business, small business, categories (including, 8(a) Business Development Program, Small Disadvantage Business, Service-Disabled Veteran-Owned, Women-Owned, and Historically Underutilized Business Zone Small Business concerns), etc.). For more information, refer to http://www.sba.gov/.



4. If your firm is a small business, is it interested in performing as the Prime Contractor for the description of services and will your firm (or a similarly situated entity) perform at least 51 percent of the work IAW FAR clause 52.219-14?



5. Does your firm have adequate resources, necessary organization, experience, accounting and operational controls, and technical skills; or the ability to obtain them to perform the services?



Part II, Capability Questions:



1. Briefly describe the capabilities of your firm and nature of the services you provide.



2. Describe your firm's experience on previous projects for construction of similar in size, scope, and complexity to this effort (possibly within the last 10 years). Include contract numbers, total dollar value of the contract, contract type, a brief description of the relevant work performed.



Examples should include the following information:

a. A description of the project features, customer name, timeliness of performance, size of project, and dollar value of each project.





b. Explanation as to how the work performed on this example project relates to the scope for HAHD FPF.





c. Construction acceleration, research and development, and collaboration techniques



3. Bonding Information.



Single Bond ($)

Aggregate ($)



Can your firm bond for the total anticipated award amount of >$500 million over a greater than five years period?

If not, what alternative payment and performance bond approach would your firm propose to meet a fully obligated contract at the award for coverage?



4. Does your firm have experience with fast-track construction, including, but not limited to the possibility of the Early Contractor Involvement (ECI) approach?



If so, provide a narrative on the firm’s experience from design, solicitation, award, and construction.



5. Provide other input/feedback/consideration from industry on procurement planning and construction execution.

Responses to the RFI must be received no later than 5:00 PM PDT on 14 April 2023. Responses must be sent via email to the following:



• Gregory Cook, Contracting Officer, gregory.a.cook@usace.army.mil


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
  • Mar 24, 2023 12:15 pm PDTSpecial Notice (Original)

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 >