Search Contract Opportunities

Chief Joseph Dam Station Service Refurbishment - Turbines & Generators   3

ID: W912DW22R0001 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

POINT-OF-CONTACT:

The point-of-contact for administrative or contractual questions is Contract Specialist Charles Idle at email: Charles.D.Idle@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact.

OVERVIEW: U.S. Army Corps of Engineers (USACE), Seattle District, requires refurbishment of the two station service units at Chief Joseph Powerhouse. The existing generators have a nameplate rating of 3.0 MVA and the existing turbines are Francis-type units with a nameplate rating of 3,500 HP at 171 feet of head. The following is a list of the major items of work included in this Contract. The work includes the removal of the existing components and systems of components which are known to have lead-based paint, without being specifically identified. The work includes, but is not limited to:

General Work

  1. Perform all work required for mobilization/demobilization.
  2. Remove and dispose of items/systems to be discarded or replaced.
  3. Provide platforms, tools and equipment as specified and required to perform the required work.
  4. Clean turbine pit, generator, work and storage areas used by the Contractor. Dispose of (recycle) grease, etc.
  5. Perform pre outage testing and post reassembly generating unit commissioning.
  6. Draft tube fall protection anchors.

Mechanical Work

  1. Disassemble the generating units and turbines.
  2. Inspect and refurbish turbine components.
  3. Paint refurbished components.
  4. Refurbishment of turbine guide bearings.
  5. Provide new Teflon thrust shoes.
  6. Refurbish upper and lower generator guide bearings.
  7. Furnish bearing RTDs and replace existing RTDs with platinum RTDs.
  8. Reassemble generating units.
  9. Perform complete alignment of generating units.
  10. Perform pre and post refurbishment generating unit operational tests.
  11. Disassemble, clean, inspect, refurbish and reinstall all generator brakes and associated appurtenances.
  12. Brake ring inspection, with optional refurbishment.
  13. Provide new thrust bearing oil coolers.
  14. Provide new surface air coolers.
  15. Provide new float switches in the bearing tubs.
  16. Provide new below the hook lifting devices.
  17. Provide new turbine guide bearing coolers.
  18. Provide new main cooling water piping and valves.
  19. Provide new penstock equalizing and drain valves and piping.
  20. Provide new wicket gates.
  21. Refurbish the wicket gate servomotors.
  22. Inspect the rotor spiders.

Electrical Work

  1. Rewind the stators.
  2. Replace stator cores.
  3. Inspect and clean rotors and test the rotor field windings.
  4. Optional re-insulation of the rotor field poles.
  5. Replace field leads.
  6. Replace 4160-volt generator cables.
  7. Replace neutral breaker.
  8. Perform electrical work related to the installation of bearing RTDs.
  9. Perform electrical work related to installation of float switches and other instruments.

The magnitude of construction is estimated to be between $10,000,000 and $25,000,000. The resulting contract will be a Firm Fixed-Price contract.

The NAICS code for this procurement is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $39,500,000 in average annual receipts. The solicitation will be issued as Unrestricted.

The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the SAM website at www.sam.gov under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to sam.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on sam.gov.

IMPORTANT NOTICE:

All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.

ACCESS TO SITE VISIT FOR FOREIGN NATIONALS:

Processing request for visits by Foreign Nationals can take up to 30 business days to complete and may impact the Contractor's ability to attend if the paperwork is not approved before the site visit. It is highly recommended that each company plans to have a U.S. Citizen attend the site visit on their behalf.

Non-U.S. Citizens and U.S. Citizens wishing to attend the site visit must complete the Request for Visitation Authority form (included in this announcement as an attachment) and submit either a scanned color copy of either the participants passport picture and signature pages or front and back of a driver's license as soon as possible but no later than noon Pacific Time on 20 December 2021 so it can be processed by USACE Security.

The site visit is scheduled for January 6th at 10am. Please submit required documentation for both US Citizen and Non-U.S. Citizens wishing to attend the site visit to Adrienne Murphy, Adrienne.E.Murphy@usace.army.mil (206) 764-6765.

Overview

Response Deadline
March 30, 2022, 5:00 p.m. EDT (original: Jan. 15, 2022, 2:00 p.m. EST) Past Due
Posted
Dec. 14, 2021, 11:09 p.m. EST (updated: March 17, 2022, 3:59 p.m. EDT)
Set Aside
None
Place of Performance
Bridgeport, WA 98813 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 12/14/21 USACE Seattle District issued Synopsis Solicitation W912DW22R0001 for Chief Joseph Dam Station Service Refurbishment - Turbines & Generators due 3/30/22. The opportunity was issued full & open with NAICS 237990 and PSC 3895.
Primary Contact
Name
Charles D. Idle   Profile
Phone
(206) 316-3998

Secondary Contact

Name
Camilla Allen   Profile
Phone
(206) 764-4481

Documents

Posted documents for Synopsis Solicitation W912DW22R0001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912DW22R0001

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912DW22R0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912DW22R0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912DW22R0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > US ARMY ENGINEER DISTRICT SEATTLE
FPDS Organization Code
2100-W912DW
Source Organization Code
100221304
Last Updated
April 14, 2022
Last Updated By
robert.l.gonzalez@usace.army.mil
Archive Date
April 14, 2022