Search Contract Opportunities

FOLSOM DAM - HCR FOX HVOF RODS REPLACEMENT   2

ID: W9123822R0031 • Type: Presolicitation
Question & Answer 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

W9123822R0031

FOLSOM DAM - HCR FOX HVOF RODS REPLACEMENT
The Government anticipates issuing a Request for Proposal (RFP) with the intent of awarding a Firm-Fixed Price construction contract for the Folsom HCR Rods Replacement.

Project Description: This project replaces existing hydraulic cylinders and rods for Flood protection spillway gates due to early signs (cracking of top coating) of advanced corrosion.

The scope of work will include deconstruction of the (12) existing hydraulic cylinders and removal of the spare cylinder, manufacturing, transporting, providing off-site storage for up to two years, installing and testing twelve (12) replacement hydraulic cylinders assemblies and providing one spare, and integrating the control system. The existing cylinder rods are 8-inch in diameter and 40 feet long. The design of the new cylinders and rod systems will be of a performance-based requirement and need to accommodate existing structure tolerances. The replacement hydraulic cylinder assemblies must be compatible with the existing gate connection points, cylinder trunnion supports, hydraulic cylinder connections for power, controls, hydraulic fluid piping, and rod position system power and signal wiring as well as the PLC input card. The new hydraulic cylinder rod coating will be laser cladding/weld overlay over groove-based hall-effect contactless linear measurement sensor and transducer for position measuring system. A critical aspect of the hydraulic cylinder assembly design is thorough quality assurance/quality control (QA/QC) procedures during manufacturing, transportation, installation, control system integration and cylinder testing.

The construction scope of work will include performing on-site existing condition assessment and survey, protection of existing concrete spillway and concrete piers during construction, deconstruction of existing hydraulic assemblies from a gate in the fully closed position, replacement of hydraulic cylinder assemblies with new hydraulic cylinder rod position measuring system linked to the rod design, clean existing hydraulic fluid (550 gallons per gate), re-wire the new cylinder rod position measuring system to the existing PLC input card, update the PLC program to recalibrate the position measuring signal and make use of the non-volatile memory, install new 24-hour uninterruptable power supply (UPS), and perform dry and wet testing of gates. The Contractor is responsible to remove and recycle or dispose of 13 existing hydraulic cylinders and rods.

In accordance with DFARS 236.204(i), the estimated magnitude of construction is expected to be between $10,000,000 and $25,000,000. This prospective contract action will be conducted using NAICS Code 237990 (Other Heavy and Civil Engineering Construction). The size standard is $39,500.00. Product Service Code is Y1PC (Construction of Other Non-building Facilities).

The solicitation will proceed as a full and open competition and is estimated to be issued on or about 9 May 2022, with proposals due tentatively on 21 June 2022. The RFP will be issued on the Government Point of Entry known as sam.gov and will establish a firm proposal due date/time.

If applicable, the site visit date, time and location will be identified in the solicitation.
BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS.
The only INTERESTED VENDORS LISTS (plan-holder's/bidder's list) is available via SAM.gov. Contractors are responsible for self-identifying as interested vendors and viewing other interested vendors. Contractors should check sam.gov frequently for any changes to the interested vendors list and notice.

W9123822R0031

FOLSOM DAM - HCR FOX HVOF RODS REPLACEMENT
The Government anticipates issuing a Request for Proposal (RFP) with the intent of awarding a Firm-Fixed Price construction contract for the Folsom HCR Rods Replacement.

Project Description: This project replaces existing hydraulic cylinders and rods for Flood protection spillway gates due to early signs (cracking of top coating) of advanced corrosion.

The scope of work will include deconstruction of the (12) existing hydraulic cylinders and removal of the spare cylinder, manufacturing, transporting, providing off-site storage for up to two years, installing and testing twelve (12) replacement hydraulic cylinders assemblies and providing one spare, and integrating the control system. The existing cylinder rods are 8-inch in diameter and 40 feet long. The design of the new cylinders and rod systems will be of a performance-based requirement and need to accommodate existing structure tolerances. The replacement hydraulic cylinder assemblies must be compatible with the existing gate connection points, cylinder trunnion supports, hydraulic cylinder connections for power, controls, hydraulic fluid piping, and rod position system power and signal wiring as well as the PLC input card. The new hydraulic cylinder rod coating will be laser cladding/weld overlay over groove-based hall-effect contactless linear measurement sensor and transducer for position measuring system. A critical aspect of the hydraulic cylinder assembly design is thorough quality assurance/quality control (QA/QC) procedures during manufacturing, transportation, installation, control system integration and cylinder testing.

The construction scope of work will include performing on-site existing condition assessment and survey, protection of existing concrete spillway and concrete piers during construction, deconstruction of existing hydraulic assemblies from a gate in the fully closed position, replacement of hydraulic cylinder assemblies with new hydraulic cylinder rod position measuring system linked to the rod design, clean existing hydraulic fluid (550 gallons per gate), re-wire the new cylinder rod position measuring system to the existing PLC input card, update the PLC program to recalibrate the position measuring signal and make use of the non-volatile memory, install new 24-hour uninterruptable power supply (UPS), and perform dry and wet testing of gates. The Contractor is responsible to remove and recycle or dispose of 13 existing hydraulic cylinders and rods.

In accordance with DFARS 236.204(i), the estimated magnitude of construction is expected to be between $10,000,000 and $25,000,000. This prospective contract action will be conducted using NAICS Code 237990 (Other Heavy and Civil Engineering Construction). The size standard is $39,500.00. Product Service Code is Y1PC (Construction of Other Non-building Facilities).

The solicitation will proceed as a full and open competition and is estimated to be issued on or about 9 May 2022, with proposals due tentatively on 21 June 2022. The RFP will be issued on the Government Point of Entry known as sam.gov and will establish a firm proposal due date/time.

If applicable, the site visit date, time and location will be identified in the solicitation.
BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS.
The only INTERESTED VENDORS LISTS (plan-holder's/bidder's list) is available via SAM.gov. Contractors are responsible for self-identifying as interested vendors and viewing other interested vendors. Contractors should check sam.gov frequently for any changes to the interested vendors list and notice.

Overview

Response Deadline
June 21, 2022, 5:00 p.m. EDT Past Due
Posted
April 21, 2022, 3:47 p.m. EDT
Set Aside
None
Place of Performance
Folsom, CA 95630 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
79%
On 4/21/22 USACE Sacramento District issued Presolicitation W9123822R0031 for FOLSOM DAM - HCR FOX HVOF RODS REPLACEMENT due 6/21/22. The opportunity was issued full & open with NAICS 237990 and PSC Y1PC.
Primary Contact
Name
Jeffrey M. Post   Profile
Phone
(916) 557-6959

Secondary Contact

Name
Raymond R. Greenheck   Profile
Phone
(916) 557-7929

Documents

Posted documents for Presolicitation W9123822R0031

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W9123822R0031

Contract Awards

Prime contracts awarded through Presolicitation W9123822R0031

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9123822R0031

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9123822R0031

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SPD > US ARMY ENGINEER DISTRICT SACRAMENT
FPDS Organization Code
2100-W91238
Source Organization Code
100221301
Last Updated
July 6, 2022
Last Updated By
jeffrey.m.post@usace.army.mil
Archive Date
July 7, 2022