Sources Sought -Chief Joseph Dam Powerhouse Sump Pump and Controls

Agency:
State: Washington
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159590794710422
Posted Date: Feb 2, 2024
Due Date: Feb 16, 2024
Source: Members Only
Follow
Sources Sought -Chief Joseph Dam Powerhouse Sump Pump and Controls
Active
Contract Opportunity
Notice ID
W912DW24X0Z8P
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST SEATTLE
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Feb 01, 2024 03:50 pm PST
  • Original Published Date: Feb 01, 2024 03:49 pm PST
  • Updated Response Date: Feb 16, 2024 12:00 pm PST
  • Original Response Date: Feb 16, 2024 12:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 02, 2024
  • Original Inactive Date: Mar 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Bridgeport , WA
    USA
Description

Point of Contact: Contract Specialist Geraldine L. Kemp at geraldine.l.kemp@usace.army.mil





US Army Corps of Engineers (USACE), Seattle District, is seeking interested business sources for a construction Project titled: Chief Joseph (CHJ) Dam Powerhouse Sump Pumps and Controls, Chief Joseph Dam, WA.





Proposed project will be a firm fixed-price construction project. Construction magnitude is between $5,000,000 and $10,000,000. 100 percent payment and performance bonds will be required.





The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering Construction, and the associated small business size standard is $39,500,000 in average annual receipts.





This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to these sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to these sources sought announcement or any follow up information. Responses to these sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be in effect for a period of one year from the date of this notice.





Summary Scope of Work (SOW):





OVERVIEW: The U.S. Army Corps of Engineers (USACE), Seattle District, requires rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump, pumps, motors, and controls. The work includes replacement of piping and valves, installation of new pumps, controls and removal of the existing pumps and controls. Incidental work includes replacement of a jib hoist, installation of a monorail hoist, replacement of sump lighting, and improvements to the sump access, including removal of existing and installation of new ladders, platforms, and hatches.



The following is a list of the major items of work included in the scope of work. The work includes but is not limited to the following modifications to the existing components and systems:





General Work




  1. Mobilization and Demobilization

  2. Demolish Pumps and Piping

  3. Demolish Control Systems and Breakers

  4. Demolish platforms, ladders, hatches, concrete, and structural systems for the tailrace discharge valve, drainage sump access, unwatering sump access, pump discharge valve support catwalk, and dry sump discharge valve access.

  5. Clean unwatering pipes and dispose of waste material.

  6. Clean sump and dispose of waste material.







Mechanical Systems Work




  1. Design, fabrication, installation, and testing of three 75HP vertical turbine pump assemblies including motor, mounting, sole plate and grout pad, vacuum breaker, packing gland, column shafting, bowls, and impellers.

  2. Replace isolation and check valves, piping, and pipe connections in both the dry and wet sumps.

  3. Design, fabrication, installation and testing of submersible pump cross sump transfer system including rail mounting system.

  4. Install monorail and hoist for supporting access and maintenance to the cross-sump transfer.

  5. Replace dry sump drainage system including piping and a submersible pump.

  6. Replace 16” flow control piping and supports in unwatering sump.

  7. Remove and replace jib hoist and associated equipment and systems to uprate capacity.





Controls Work




  1. Supply, Installation and commissioning of comprehensive pump control systems including relays, terminal blocks, and circuit breakers, soft starters, ultrasonic level sensors, resistance temperature detectors, machine condition monitoring, and float switches for new pumps, equipment, and systems.





Structural Work:




  1. Design, Fabricate, Install platforms, ladders, hatches, foundations, and structural systems.

  2. Furnish all labor, equipment, and materials to design and provide seismic restraints for new systems and equipment.

  3. Concrete coring for new pipes through existing sump walls.





REQUIREMENTS:



Interested firms should submit a capabilities package, to include the following:





1. Firm's name, address (mailing and URL), point of contact, phone number, email address.





2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business).





3. Submit two projects that demonstrates Contractor’s ability to meet the scope described in summary scope of work to refurbish the Chief Joseph Dam Powerhouse Sump Pumps and Controls. Project information submitted shall contain:




  • Project Name/Title;

  • Contract awarded amount;

  • Project location;

  • Project start date;

  • Project completion date;

  • Contractor shall provide a detailed description of the following: The completed projects scope and complexity, how it compares to Chief Joseph’s scope of work and CPARs or performance rating.





4. CAGE code and DUNS number.





5. Firm's Joint Venture Information, if applicable.





6. Bonding Information:



a. Provide the following, on the bonding company's letterhead:



(1) Bonding Limits



(a) Single Bond



(b) Aggregate





All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under the sources sought announcement.





The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.SAM.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued.





SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 1200 (Pacific Time) on 16 February 2024. Submit responses to the attention of Geraldine L. Kemp, Contract Specialist, by email: geraldine.l.kemp@usace.army.mil.





All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts.


Attachments/Links
Contact Information View Changes
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 >