Search Contract Opportunities

McNary Drainage, Unwatering, and Equalization System Rehab   4

ID: W912EF22R0015 • Type: Presolicitation • 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

The U.S. Army Corps of Engineers (USACE) Walla Walla District intends to issue a construction solicitation for a project titled McNary Drainage, Unwatering, and Equalization (DUE) System Rehab. The work will take place at McNary Dam in Umatilla County, Oregon.

The McNary Lock and Dam powerhouse drainage, unwatering, and equalization (DUE) system has been in constant operation for 68 years, being installed in 1952. The DUE System consists of three 5,000gpm 200hp vertically mounted centrifugal unwatering pumps, one 3,000gpm 125hp vertical turbine pump and associated discharge piping ranging in size up to 18 inches in diameter. The system also consists of 56 drain valves (2 per main generator unit) ranging in size from 16 to 18 inches in diameter.

The scope of work is to rehab the DUE system. This includes replacing all unwatering and drainage pumps to include all non-embedded intake and discharge piping as well as all isolation valves. Diving in the tailrace will be required to temporary plug the unwatering pump discharge piping while isolation valves are replaced. The three unwatering pumps will be converted from 4160V to 480V with the installation of new transformers and motor control centers. Work within the unwatering and drainage sump will require the setup of temporary pumping to install new pump intakes and seismic bracing.

The blockage in the primary embedded 8-inch drainage header pipe that runs the length of the powerhouse (approx. 1400 feet) will be removed, and the temporary (non-embedded) PVC drainage header removed.

All 56 drain valves are to be replaced. Half of the drain valves are located at the bottom of 30-foot-deep valve pits. Valve work also includes the replacement of stem packing on twenty-six 24-inch equalization valves.

The solicitation will be issued as a Best Value Trade-Off (BVTO) Request for Proposals (RFP) and result in a single firm fixed-price construction contract. This procurement is unrestricted. Competition is open to both large and small business concerns. A small business subcontracting plan is required for large business. 100% performance and payment bonds will be required for this project. The NAICS code for this procurement is 237990 Other Heavy and Civil Engineering Construction. The small business size standard is $39.5 million. The magnitude of construction is estimated to be between $5,000,000 and $10,000,000.

The solicitation will be made available for download on the sam.gov Contract Opportunities website. Offerors are responsible for checking the referenced page for any updates to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. Proposals will be due approximately 30 days after the solicitation is posted. The exact proposal due date will be indicated in the solicitation.

System for Award Management (SAM): Offerors must register in the SAM at https://sam.gov/content/home prior to receiving an award.

Point of contact for this procurement is David Boone, Contract Specialist at 509.527.7227 or david.c.boone@usace.army.mil.

THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THE SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRE-SOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.

All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1).

The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1.

A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years of experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years.

The contractor will be required to perform the on-site work in compliance with Government Safe Clearance/Hazardous Energy Control Procedures. Prior to commencing on-site work, the contractor will be required to complete applicable safe clearance training for all personnel working in areas involved with Hazardous Energy Control.

The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract.

Overview

Response Deadline
None
Posted
June 14, 2022, 1:10 p.m. EDT (updated: July 28, 2022, 12:14 p.m. EDT)
Set Aside
None
Place of Performance
Umatilla, OR 97882 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Odds of Award
90%
On 6/14/22 USACE Walla Walla District issued Presolicitation W912EF22R0015 for McNary Drainage, Unwatering, and Equalization System Rehab. The opportunity was issued full & open with NAICS 237990 and PSC Z2KA.
Primary Contact
Name
David Boone   Profile
Phone
(509) 527-7227

Documents

Posted documents for Presolicitation W912EF22R0015

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912EF22R0015

Award Notifications

Agency published notification of awards for Presolicitation W912EF22R0015

Contract Awards

Prime contracts awarded through Presolicitation W912EF22R0015

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912EF22R0015

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912EF22R0015

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > US ARMY ENGINEER DISTRICT WALLA WAL
FPDS Organization Code
2100-W912EF
Source Organization Code
100255267
Last Updated
July 28, 2022
Last Updated By
david.c.boone@usace.army.mil
Archive Date
Aug. 20, 2022