Washington Bids > Bid Detail

Chief Joseph Dam Debris Boom Replacement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159934689474151
Posted Date: Mar 8, 2023
Due Date: Apr 20, 2023
Solicitation No: W912DW23B0010
Source: https://sam.gov/opp/c0d3ce2fa1...
Follow
Chief Joseph Dam Debris Boom Replacement
Active
Contract Opportunity
Notice ID
W912DW23B0010
Related Notice
W912DW22B0012
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT SEATTLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 08, 2023 12:51 pm PST
  • Original Date Offers Due: Apr 20, 2023 10:00 am PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 05, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Bridgeport , WA 98813
    USA
Description

OVERVIEW



The U.S. Army Corps of Engineers (USACE), Seattle District, requires the replacement of the debris boom at the Chief Joseph Dam. The Chief Joseph Dam is located near Bridgeport, WA and is on the Columbia River 51 miles downstream of the Grand Coulee Dam. The general scope includes, but is not limited to, the following:



a. A new north shore anchor (right bank) will be installed using rock anchors or an equivalent horizontal sub-surface soil anchor system capable of resisting the maximum expected boom tension. This anchor will be similar to the existing north shore (right bank) anchor system.



b. A new 2,500 foot total length steel cable will be installed to anew north shore (right bank) anchor. This cable will have manufactured composite buoys or a similar debris diversion barrier installed to contain and move debris to the south shore stilling basin.



c. A steel boat gate, as part of the debris boom requirements, will be fabricated using structural steel and connect the cable spans. This boat gate will have an above water access arm that is remote controlled.



d. The south shore (left bank) anchor will remain in-use, while the north shore (right bank) anchor will be abandoned in-place. Connection of the new boom cable will occur concurrently when the existing debris boom cable is disconnected. The south shore anchor shall only have one connected boom at a time.



e. The existing debris boom cables for all spans will be demolished. The cables connecting the debris boom to the in-water concrete cofferdams will be disconnected or cut above the two existing coffer dams in-water below. In-water cables will be disconnected or cut after the cable is pulled or positioned vertically above the in-water anchor and slack is removed to minimize the amount to be abandoned.



f. The existing debris boom and all cables will be removed and disposed of by the contractor.



g. Removal of the 234-buoy system and associated cables and attachments.



h. The existing in-water concrete coffer dams will be abandoned in-place.



i. Utilize of underwater ROV for cutting underwater cable/chain and taking video of existing underwater anchor and foundation being abandoned.



j. Removal of approximately 180 linear feet surface conduit and wires from north shore to the junction box in the existing cathodic protection system.



Offer Submission Instructions:



The Offeror shall submit its offer electronically through the PIEE Solicitation Module. When posting an offer, ensure electronic files are clearly identified with the solicitation number, company name, volume, section, and or/item. The minimum required naming format for files is as follows:



W912DW23B0010 - Company Name_Item



Offers will not be accepted if submitted by mail or hand carried and will not be evaluated. Offers sent through proprietary or third party File Transfer Protocol (FTP) sites or DoD SAFE will not be accepted. The Offeror is responsible to confirm the offer has been received. All offers received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulation (FAR) and this solicitation.



For PIEE registration, training, and instructions for posting an offer, refer to the following links:



PIEE Registration: https://piee.eb.mil/



Note: There are two vendor roles (Proposal Manager, Proposal View Only) for PIEE Solicitation Module. The Proposal Manager role is required to submit an offer to a solicitation. Please be advised that when using the PIEE Solicitation Module, the user’s email address in PIEE must match the email address on file in SAM.gov.



PIEE Solicitation Module



Training and instructions are accessible through PIEE – Web Based Training (WBT) at https://pieetraining.eb.mil/wbt/



For Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox – eBusiness -- Solicitation Module at https://dodprocurementtoolbox.com/site-pages/solicitation-module



In the unlikely event the PIEE system and/or Solicitation Module is not operational, and the Offeror is unable to access or use the system, the Offeror shall immediately notify the Contracting Officer and Contracting Specialist. Notification must occur prior to the submission deadline and shall be in writing through authorized email identified in the solicitation. If an alternate method for offer submission is authorized via email due to system outages, the Offeror must obtain prior approval from the Contracting Officer to use the alternate submission method.



Ensure all documentation submitted meets supported file extensions identified in PIEE FAQs. Narrative portions of the offer shall be in Adobe Acrobat Portable Document Format (PDF) searchable text format. Embedded sound or video (e.g., MPEG) files are not authorized and shall not be included.




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 >