Lower Granite Powerhouse Main Unit 2 Blade Sleeve Upgrade

Agency:
State: Washington
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159652348556364
Posted Date: Mar 12, 2024
Due Date: Apr 11, 2024
Source: Members Only
Follow
Lower Granite Powerhouse Main Unit 2 Blade Sleeve Upgrade
Active
Contract Opportunity
Notice ID
W912EF24RSS15
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT WALLA WAL
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 12, 2024 12:11 pm PDT
  • Original Response Date: Apr 11, 2024 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 26, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2KA - REPAIR OR ALTERATION OF DAMS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Pomeroy , WA 99347
    USA
Description

The U.S. Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Lower Granite Powerhouse Main Unit 2 Blade Sleeve Upgrade. This project involves unstacking the main unit turbine then remove old blade seals and installing new seals. The resulting contract will be firm-fixed price. The magnitude of construction is estimated between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) code is 237990. This sources-sought announcement is being issued to identify small business concerns with the capability to accomplish the work. This is not a solicitation. Only those firms responding to this announcement by submitting the following information will be considered in determining whether to set aside this requirement.



Please provide the following in your response:




  1. No more than three (3) projects at least 50% physically complete or past project demonstrating technical experience with work of a similar nature to that listed above. With this project, please include a short narrative on the work involved, your firm’s roll in the project, the dollar value and the completion date.

  2. A reference list for each of the projects submitted in item 1 above. Include the name, title, phone number and email address for each reference.

  3. Provide a statement of your firm’s business size with regards to the NAICS 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $45 Million.

  4. Provide a statement that your firm intends to submit an offer on the project when issued.

  5. Provide a statement of your firm’s bonding capacity. A statement from your surety is NOT required for the purposes of this TO, currently.

  6. CAGE code and Unique Identity Number.



This Sources Sought is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader’s responsibility to monitor the Government Point of Entry (GPE) via SAM.gov for any resultant or future solicitation package(s) that may be issued.



Submit the above requested information to Chandra Crow, Contract Specialist, via email to Chandra.d.crow@usace.army.mil. Your response to this notice must be received on or before 2:00 pm, Pacific Time on Thursday, April 11, 2024.



Summary Scope of Work



Background: The Lower Granite Unit 2 Blade Sleeve Upgrade project is to restore the Unit 2 turbine to the original Kaplan functionality at Lower Granite Lock and Dam. Following multiple turbine blade sleeve failures, oversized static seals were installed on Unit 2, which has continued operating at a fixed blade angle for several years.



Project Intent: Unit 2 will be completely unstacked for turbine runner disassembly. New blade sleeves and seals will be installed. The failed blade sleeve material is 410 Stainless Steel (410 SS) and the new blade sleeve material will be a martensitic, precipitation hardening stainless steel (17-4 PH SS). Unit 2 work will also include machining o-ring grooves and installing o-rings in various locations, including turbine shaft fasteners and the upper nose cone, to provide dependable hub oil seals. Reassembly will include pressure testing of the turbine hub before installation is complete.



Estimated time of solicitation is mid-October 2024. Performance period is estimated at 1,000 days following Notice to Proceed.



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.



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


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 201 NORTH 3RD AVE
  • WALLA WALLA , WA 99362-1876
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 12, 2024 12:11 pm PDTSources Sought (Original)

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 >