Detroit Selective Withdrawal Structure

Agency:
State: Oregon
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Dec 8, 2023
Due: Jan 24, 2024
Publication URL: To access bid details, please log in.
Follow
Detroit Selective Withdrawal Structure
Active
Contract Opportunity
Notice ID
W9127N24R0020
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST PORTLAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 08, 2023 09:26 am PST
  • Original Response Date: Jan 24, 2024 03:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1KA - MAINTENANCE OF DAMS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Detroit , OR 97342
    USA
Description

1. 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 an anticipated future solicitation for a Selective Water Withdrawal System (SWS) at Detroit Dam on the North Santiam River, Oregon.



The North American Industrial Classification Code (NAICS) for this requirement is: 237990

The related size standard is: $45,000,000.



Formal Sources Sought Response Due - 24JAN2024 at 3:00 pm PDT.



2. Project Background. The National Oceanic and Atmospheric Administration’s (NOAA) 2008 Willamette Biological Opinion (NOAA BiOp) identified Reasonable and Prudent Alternative(s) (RPAs) to avoid jeopardy of Endangered Species Act (ESA)-listed fish in the Willamette Basin. USACE is developing designs for a selective withdrawal structure (SWS) and a floating screen structure (FSS) at Detroit Dam in response to RPAs seeking to improve downstream temperatures, reduce Total Dissolved Gas, and safely pass juvenile fish downstream of Detroit Dam. The SWS is the gravity water supply for the FSS, with water screened from the FSS released into the SWS. Although the two structures will ultimately be integrated together, to date, the designs for the SWS and FSS have been developed as two discrete projects progressing under separate yet concurrent and parallel paths. The implementation schedule for the two components (SWS and FSS) is offset by more than four years with the SWS to be constructed and placed into operation before the FSS is constructed. The scope of this Sources Sought is limited to the SWS.



The U.S. Army Corps of Engineers, Northwestern Division, Portland District (CENWP) is considering the use of an Integrated Design and Construction (IDAC) contract for the execution of the work. Under this contracting mechanism, the construction contract would be awarded before the design phase is complete and would include a line item for pre-construction services. During the pre-construction services phase, the selected contractor would provide input related to construction methods and schedule to the design team as the design progresses. USACE would retain overall responsibility for the design and would remain the designer of record. However, this acquisition strategy will extend the construction window substantially over a design, bid, build (DBB) methodology with the government as the designer of record. The government is weighing the advantages of IDAC in the design process and eventual constructability against the additional time required to complete construction of the Selective Withdrawal Structure. The government seeks industry input so that appropriate risk management decisions can be made regarding the acquisition strategy. The current estimate is that the IDAC process will add 18 months to the start of the construction over a DBB methodology.



3. Project Scope. Detroit Dam is a concrete gravity dam approximately 1,457 ft long with a maximum height of 450 ft above the lowest portion of its foundation. The dam was primarily constructed for flood control and hydroelectric power generation; however, other major benefits include recreation and conservation uses involving the release of stored water.



The project scope of work is for the construction of a SWS attached to the upstream face of Detroit Dam and appurtenant features for access, water conveyance, and dam stabilization. The main features of the SWS will be a concrete tower with two high intake weirs (HIWs) allowing for surface water withdrawals, and four low intake gates (LIGs) to draw water from deep in the reservoir. The combination of warmer surface water from the HIGs and cooler water taken from depth via the LIGs will be used to meet downstream water temperature targets. The discharge from the HIGs and LIGs will pass through the concrete tower wet well, then will be released through the turbines when operating, or through a penstock bifurcation and into the tailrace when the units are not running. The penstock bifurcation will be located downstream of the dam, with flow control and energy dissipation provided by cone valves. Post-tensioned anchors are an expected measure to stabilize the existing dam monoliths adjacent to the SWS. The SWS scope will include a limited amount of preparatory work for the future construction of the FSS.



Construction of the proposed SWS will include the following major features.



• A 370x40x108-ft concrete tower.

• Two High Intake Weirs (made up of 3 leaves) and four Low Intake Gates to control flow.

• Penstock bifurcation to bypass the flow when turbines are not operating.

• Stabilization measures (post-tensioned anchors) in the existing dam monoliths affected by the SWS, and installation of rock anchors for the concrete tower.

• Mechanical and electrical equipment required for the operation of the SWS.

• In-water excavation for the SWS and FSS.

• Improvements to debris management.



(See attached PDF Version for Images)



Figure 1 is a general aerial view of Detroit Dam and the immediate surrounding area. Figure 2 is an isometric view of the upstream face of the dam showing the SWS. Figure 3 is an isometric view of the downstream face of the dam showing a penstock bifurcation concept. Figure 4 is an aerial view of Detroit Dam with selected existing and proposed features identified.





Figure 1. Detroit Dam

Figure 2. Upstream Face of Dam Showing Proposed SWS





Figure 2. Downstream Face of Dam Showing Proposed Penstock Bifurcation





Figure 3. Existing Site Plan Showing Approximate Locations of Proposed SWS Structures



A partial plan set is provided as an attachment to this Sources Sought. The design is currently in development and changes are expected prior to any potential future solicitation. The in-progress plans are intended only to provide general scale and context for the responses to this Sources Sought.



To mitigate impacts to water users the reservoir will operate normally during construction of the SWS. In accordance with the standard rule curve, the reservoir is high in the summer and low in the winter, except when the pool rises to absorb inflows for flood risk mitigation. During construction, the turbine units will be out of service and all flow releases will be made through a combination of regulating outlets (that discharge into the stilling basin) and the spillway.



Detroit Dam is located in a relatively steep, narrow canyon. Road access to the site is via OR-22, North Santiam Highway. Logging trucks access the south side of the river via the existing dam crest road. USACE intends to close the dam crest road during construction; there may be a requirement to provide alternate access to the south side of the river.



a. The following information represents the project objectives:



i. Provide a means to achieve water temperature targets in the river downstream regardless of season or reservoir elevation.

ii. Provide a gravity flow outlet for a future floating screen structure that will be used to pass downstream-migrating juvenile salmonids.

iii. Provide a secondary means to release flows from the SWS such that temperature control and future juvenile fish passage can occur when the turbines are not running.



b. Anticipated Construction Schedule: Under an assumption of an IDAC contract, CENWP intends to advertise in approximately March 2025 and award in April 2026. Contractor input to design (pre-construction services) is expected from approximately May 2026 to October 2028, with design finalization and Contractor submission of firm-fixed-price construction proposal in approximately January 2029. The design team has assumed a 46-month construction schedule. The construction schedule and sequence would be developed with input from the Contractor.



c. Estimated Construction Cost (ECC): The current ECC is between $250,000,000 and $500,000,000. Ref. FAR 36.204 Disclosure of Magnitude and DFARS 236.204 Disclosure of Magnitude.



d. Number and Type of Contracts: NWP contemplates awarding a single Integrated Design and Construction (IDaC) contract or a single DBB construction contract. Either would be solicited on a best value trade off basis. The acquisition strategy decision has not yet been determined. 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 Best Value Trade Off.





4. Project Specific Constraints and Challenges:



a. Constructing a concrete tower in 200 to 350 feet of water adjacent to an operating dam.

b. Underwater excavation of rock adjacent to the upstream side of the dam for the concrete foundation and to accommodate the FSS in its lowest position. This is likely to include blasting; however the means of excavation will be determined by the contractor.

c. Installing the tower rock anchors underwater.

d. Installing post-tensioned anchors to address the added seismic loads conveyed from the new temperature control tower to the existing dam monoliths.

e. Completing construction while maintaining water management operations without discharge through the penstocks or generation at the project. This will require releasing flow through the adjacent spillway and regulating outlets.

Managing construction access and staging with limited laydown and work areas adjacent to the dam and on top of the dam deck.



This contract will require access to Controlled Unclassified Information (CUI).



5. Questions for Industry:



a. Is there anything in the scope of work (SOW) that would discourage you from submitting a proposal?

b. Is there anything in the SOW that would cause enhanced pricing uncertainty?

c. Are there any market conditions or industry practices that you feel the Government needs to be aware of?

d. What are the significant challenges you see with this project?

e. Are you amenable to providing pre-construction services while having the Government retain the role as the Designer of Record?

f. Please comment on the schedule listed earlier in this document. Do you think it is realistic and if not, why? What do you think would be a realistic schedule? At a minimum, please comment specifically on the construction duration.

g. The Government is considering the Integrated Design and Construction (IDAC) or the DBB contract approach for this project. If you have completed a project under IDAC or a similar contracting methodology, please provide your assessment of the advantages and disadvantages of this approach for the Detroit SWS project. If you have a preference for IDAC, DBB or for a different contract methodology, please specify your preference and provide the rationale for the preferred contracting method. If there is a contract type that would dissuade you from bidding on the Detroit SWS please identify that.

h. This project is unique and complex. The Government’s design team would benefit from Contractor involvement during the design phase (pre-construction services). What are your experiences in providing pre-construction services? Please address your experiences with pre-construction design services including, but not limited to:

• Identifying and quantifying risks in the design with the goal of minimizing schedule and cost.

• Constructability review of design documents including completeness and coordination between disciplines

• Review of site access and logistics

• Assisting an Owner in achieving quality, schedule and budget goals.

i. Please comment on the draft evaluation criteria that are included with this Sources Sought.



6. Submission Instructions. Formal responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – Detroit Selective Withdraw Structure. Please email to Mitchell Johnson, Contracting Officer, at mitchell.j.johnson@usace.army.mil and Contracting Specialist, at brian.m.johnson@usace.army.mil, before 3:00 pm Pacific Standard time on 24 JAN 2024.



Interested parties’ responses to this Sources Sought shall be limited to fifteen (15) 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 statement of how your firm will ensure adequate resources, necessary organization, experience, accounting and operational controls, and technical skills; or the ability to obtain them to perform the services?



e. A description of work performed under similar project constraints and challenges listed under paragraph 4.



f. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): Describe your firm's experience on previous projects for pre-construction services (if applicable) and construction of projects that are similar in size, scope, and complexity to this effort. Include a description of the relevant work performed, including a description of the project features and an explanation of how the example project scope relates to the Detroit SWS project. In addition to the forgoing, please include the information summarized in the table below.



• To be considered for a potential set aside strategy, provide a maximum of three (3), minimum of one (1), 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.



g. Firm's Joint Venture information if applicable - existing and potential.



h. Firm's Bonding Capability in the form of a letter from Surety.



i. Firm's interest and the likelihood in bidding on the solicitation when it is issued. (Refer to planned advertise and performance dates)



j. Responses to the government’s questions in paragraph 5 and any other information the contractor feels the government needs to be aware of.



7. Communication with Industry

a. NWP will provide an online Industry Day presentation via WebEx on 9 JAN 2024. The link will be provided in a follow on posting to SAM.gov.



b. Companies interested in acting as the Prime Contractor with a current bonding capacity of $500M may request one on one meetings no later than 11 JAN 2024 with the government team. Meetings will be held 16 JAN 2024 via WebEx.



8. 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.



9. Attachments:

a. In progress Draft Partial Plan Set

b. Detroit SWS Evaluation Factors-Draft

c. Small Business Commitment Document- Draft


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 08, 2023 09:26 am PSTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.