Garrison Dam Spillway Transformers and Disconnects Replacement
ID: W9128F24Q0055Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Power, Distribution, and Specialty Transformer Manufacturing (335311)

PSC

TRANSFORMERS: DISTRIBUTION AND POWER STATION (6120)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of spillway transformers and disconnects at the Garrison Dam in Riverdale, North Dakota. The project involves supplying new 300kVA transformers, disconnect switches, and motor control centers, with the aim of enhancing the electrical infrastructure to accommodate future loads and improve operational safety. This procurement is critical for maintaining the integrity and efficiency of the dam's power distribution systems, which are essential for its operational functionality. Interested small businesses must submit their proposals by September 13, 2024, at 2 PM Central Time, and can direct inquiries to Brandie Murphy at Brandie.L.Stallsworth@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to a government solicitation, specifically modifying the due date for submissions. Originally set for 16 August 2024, the new deadline is now 19 August 2024 at 2:00 PM. It retains all other terms and conditions of the preceding solicitation, identified as W9128F24Q0055. The amendment emphasizes the necessity for bidders to acknowledge the receipt of this modification to prevent rejection of their offers. All responses must be received by the specified deadline, and changes to previously submitted offers are allowed under certain conditions. The U.S. Army Corps of Engineers, Omaha District, is overseeing this solicitation amendment. This document reflects standard procedures for federal contracts, ensuring transparency and compliance with established regulations.
    The document is an amendment regarding a federal solicitation for a contract with the U.S. Army Corps of Engineers, Omaha District. The primary purpose of this amendment is to extend the submission deadline for quotes from September 4, 2024, at 2 PM Central Standard Time to September 13, 2024, at 2 PM Central Standard Time. The amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged and in full effect. It specifies that offerors must acknowledge receipt of this amendment by either completing specific items on the amendment return or by including acknowledgment in the offer submitted. The document is formalized with details including the Contract ID, amendment number, issuing office address, and relevant dates. Overall, this amendment is a procedural adjustment aimed at allowing potential contractors additional time to prepare and submit proposals, reflecting the federal government's ongoing commitment to competitive procurement processes.
    The document details the electrical distribution system for the 480V Spillway Motor Control Center (MCC), outlining the circuit designations, breaker sizes, and control mechanisms involved. It lists incoming feeders from two transformers rated at 400 amps each, both of which are interlocked with an emergency generator. Additional components include various feeders for compressors, lighting transformers, power receptacles, building heaters, and tainter gates, with amperage ratings ranging from 30 to 250 amps. Notably, several safety features, such as Kirk Key interlocks, ensure coordinated operation between the incoming feeders and the emergency generator. The structure of the document is straightforward, summarizing essential electrical specifications and safety measures, which are critical for the appropriate operation and maintenance of the electrical system. This information is likely relevant for governmental entities seeking to procure electrical infrastructure services or equipment through RFPs and grants, emphasizing safety and compliance within power distribution frameworks.
    The document addresses inquiries related to the solicitation # WQ9128F24Q0055 concerning the replacement of transformers and disconnects at the Garrison Dam Spillway. It primarily responds to requests for clarification on omitted specifications, particularly breaker sizes and trip ratings for specific units. In response to a query regarding the required sizes, the U.S. Army Corps of Engineers (USACE) directed the requester to a relevant attachment in SAM.gov titled “Motor Control Center Configuration.” Additionally, the document clarifies that each control center assembly must feature a three-phase main horizontal bus with a continuous current rating of at least 600 amperes, as specified in section 26 28 00.00 10. This summary highlights the document's purpose of clarifying technical details within a federal procurement context, ensuring that potential bidders have the necessary information for compliance and accurate bid submissions.
    The document addresses questions related to the Garrison Dam Spillway Transformers and Disconnects Replacement solicitation (# WQ9128F24Q0055). It provides responses from the U.S. Army Corps of Engineers (USACE) on technical specifications sought by contractors. Key queries include requests for specific breaker sizes and trip ratings, missing horizontal bus amperage information, and a detailed load list for the Motor Control Center (MCC). USACE refers to attachments available on SAM.gov for the necessary specifications, detailing that each control center must have a main horizontal bus rated for a minimum of 600 amperes. The responses aim to clarify ambiguities in the request for proposals, ensuring potential bidders have the necessary data to proceed with their proposals. Overall, the document underscores the importance of clear technical communication in federal solicitations to facilitate accurate project bids while maintaining regulatory compliance.
    The document addresses questions and answers related to the Garrison Dam Spillway Transformers and Disconnects Replacement project, outlined in Solicitation # WQ9128F24Q0055. It clarifies specifications related to breaker sizes, trip ratings, and horizontal bus ratings for the Motor Control Center (MCC). Notably, it provides details on the required 600-amp continuous current rating for the main horizontal bus and specifies that CLIN 0001 relates solely to the procurement of two 300kVA transformers, explicitly excluding the replacement of disconnect switches. Additional resources, such as the Motor Control Center Configuration file for circuit designations and breaker sizes, are referenced for bidders on SAM.gov to facilitate accurate bidding. These clarifications ensure that potential contractors are well-informed about project specifications, which is critical for compliance and successful proposal submissions in the context of federal solicitations.
    The document outlines a Request for Proposal (RFP) by the U.S. Army Corps of Engineers for the replacement of spillway transformers and disconnects at Garrison Dam, North Dakota. The project requires the successful contractor to engineer, manufacture, and deliver specified equipment, including a 300kVA dry-type transformer and a motor control center. The proposal must be submitted by 2:00 PM on 16 August 2024, with a firm fixed price structure anticipated. A critical aspect of the work is the contractor's obligation to participate in monthly progress meetings and ensure quality assurance, with the government retaining inspection rights. Additionally, delivery is to occur within 450 calendar days post-award, with specific shipping and delivery requirements. There are various set-aside provisions for small businesses, and contractors are encouraged to submit competitive bids based on price and past performance evaluations. The solicitation includes numerous compliance clauses relevant to federal contracting standards. Ultimately, the RFP is designed to secure technically sound and cost-effective solutions for equipment replacement at the Garrison Dam site, emphasizing adherence to government compliance and operational safety.
    This document outlines an amendment to a federal solicitation for the U.S. Army Corps of Engineers related to pricing for electrical equipment at the Garrison Dam in North Dakota. The key change includes the introduction of an additional Contract Line Item Number (CLIN 0003) for a set of fused cutouts, enhancing the original Price Schedule. The submission deadline for quotes has been extended from August 19, 2024, to September 4, 2024, at 2 PM Central Standard Time. Contractors must acknowledge the receipt of this amendment to ensure their offers are accepted. The Price Schedule lists various items, including transformers, motor control centers, shipping, and high-resistance grounding systems, requiring prices to be indicated for each item. The amendment ensures clarity in the proposal solicitation, emphasizing the need for compliance with pricing details and providing contractors a new timeline for submissions. Overall, the aim is to facilitate the procurement process while maintaining all other terms and conditions unchanged.
    The document outlines a construction contract (Solicitation Number W9128F24Q0055) issued by the US Army Corps of Engineers for the replacement of spillway transformers and disconnects at Garrison Dam, ND, scheduled for completion in July 2024. It encompasses three primary divisions: electrical systems, including high resistance grounding systems and transformers; overhead transmission and distribution utilities; and details on motor control centers. Key specifications include requirements for shop drawings, product data, acceptance tests, and maintenance manuals, ensuring all equipment meets stringent quality standards relevant to federal regulations. Additionally, materials used are expected to align with industry standards, including ANSI, IEEE, and NEMA. The project emphasizes performance through factory testing, quality assurance measures, and coordination between various components, ensuring regulatory compliance and durability. This initiative reflects the government's investment in infrastructure resilience, highlighting operational efficiency and safety in federal facilities while adhering to guidelines for sustainable practices. Overall, it serves to upgrade the existing electrical systems critical to the dam's operational integrity.
    Similar Opportunities
    Rehabilitate Spillway Apron Slab at Oahe Dam, SD
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the rehabilitation of the spillway apron slab at Oahe Dam in South Dakota. The project involves selective demolition of existing concrete structures, followed by the installation of new concrete patches, replacement of two 6" flood overflow check valves, and repainting of connection pipes. This initiative is crucial for maintaining the structural integrity and operational efficiency of the dam, with an estimated construction cost ranging from $250,000 to $500,000. Interested small businesses must submit their sealed bids electronically by September 17, 2024, and are encouraged to contact Ariel Vogan or Nadine Catania for further information.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    Z--DK-AO Heart Butte Safety of Dam Modification
    Active
    Interior, Department Of The
    The United States Bureau of Reclamation is preparing for a substantial dam safety modification project at the Heart Butte Dam near Elgin, North Dakota, estimated to exceed $10 million in value. The project, titled "Z–DK–AO Heart Butte Safety of Dam Modification," is a complex civil engineering endeavor aimed at enhancing the dam's structural integrity and addressing safety concerns. This opportunity notice is released as a special announcement to engage with potential contractors and gather their insights. The Bureau aims to optimize project scheduling, reduce costs, and mitigate risks by collaborating with experienced parties early in the process. Scope of Work The scope of this project involves a comprehensive range of construction and engineering tasks. This includes installing dewatering systems, constructing a cofferdam, grouting foundation voids, and repairing concrete outlet works. Additionally, the work requires excavating parts of the existing dam, building new sand filters, and implementing a drainage system with HDPE toe-drain pipes. The Bureau of Reclamation has provided detailed technical specifications outlining the precise dimensions and elevations required for these tasks. Eligibility Criteria Given the specialized nature of the project, the Bureau is seeking contractors with a strong background in heavy and civil engineering construction. Companies with the expertise and resources for precise excavation, construction, and modification work are encouraged to apply. Eligible contractors must demonstrate an ability to adhere to stringent industry standards and quality control measures. Funding and Contract Details The estimated value of the contract is expected to exceed $10 million. The contract type and funding details are not explicitly mentioned in the provided information. However, the project's significant value and complexity suggest a substantial funding commitment from the Bureau of Reclamation. Submission Process The Bureau of Reclamation encourages interested contractors to participate in the upcoming Industry Day for a comprehensive project briefing. The event will offer a detailed overview of the project's requirements and expectations. Feedback from attendees will be welcomed, providing an opportunity to shape the formal solicitation process. Evaluation Criteria While specific evaluation criteria were not provided, the Bureau is likely to assess applicants based on their expertise, past performance on similar projects, and ability to adhere to the stringent technical specifications and quality standards outlined. Contact Information For further clarification or additional information, interested parties can contact the primary point of contact, Mitchell Frost, at mfrost@usbr.gov or via phone at 0000000000. The Bureau of Reclamation looks forward to engaging with potential contractors and sharing details of this significant dam modification project.
    Chief Joseph Dam Emergency Generator
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is soliciting quotes for the procurement of a Standby Emergency Diesel Generator to be delivered to the Chief Joseph Dam in Bridgeport, Washington. The generator must be fully enclosed for sound and weather protection, equipped with an integral fuel tank base, integrated load bank, and mounted on a step deck trailer, while also complying with Tier 2, Tier 3, or Tier 4 EPA emission standards. This procurement is critical for ensuring operational readiness and environmental compliance at the dam. Quotes are due by September 30, 2024, at 10:00 AM Pacific Time, and interested contractors must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact McKenna Rain at mckenna.t.rain@usace.army.mil or Robert L. Gonzalez at robert.l.gonzalez@usace.army.mil.
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump pumps and controls. The project entails extensive work including the replacement of pumps, motors, and controls, as well as the installation of new piping, valves, and structural components such as ladders and platforms. This rehabilitation is crucial for maintaining the operational efficiency and safety of the dam's pumping systems. The estimated contract value ranges between $5 million and $10 million, with a Request for Proposal (RFP) to be issued using the Best Value Trade-off method. Interested contractors can reach out to Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further information.
    John Day Dam Generator Water Cooling System Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the rehabilitation of the Generator Water Cooling System at the John Day Dam located in Rufus, Oregon. The project entails replacing generator air coolers, header and drain piping, and installing modulating valves and associated controls across 16 generator units to mitigate water infiltration issues that have led to generator failures. This initiative is critical for maintaining the operational efficiency of one of the largest hydroelectric facilities in the United States, with an estimated project cost between $5 million and $10 million. Interested small businesses must submit their proposals by October 11, 2024, and are encouraged to attend a site visit scheduled for September 25, 2024. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Andrea Smothers at andrea.k.smothers@usace.army.mil.
    Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-5
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit bids for the Fargo Moorhead Metropolitan Area Flood Risk Management Project, specifically the Southern Embankment Reach SE-5, located in Moorhead, Minnesota. This project involves the construction of an overflow earth dam embankment, including soil-cement mixture, a gravel road, and associated infrastructure such as culverts and repaving of existing intersections. The initiative is crucial for enhancing flood risk management in the region, with an estimated contract value between $5 million and $10 million, and is expected to be solicited in late October or November 2024. Interested contractors should ensure they are registered in the System for Award Management (SAM) and may contact Scott E. Hendrix or Kevin P. Henricks for further information.
    Bank Stabilization, Spillway Channel, Oahe Dam, Pierre, SD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking bids for the stabilization of the upstream spillway channel banks at Oahe Dam in Pierre, South Dakota. The project involves significant earthwork, including excavation, installation of geotextile fabric, and placement of approximately 43,000 tons of riprap for slope protection, with an estimated construction cost between $5 million and $10 million. This initiative is crucial for maintaining the integrity of federal infrastructure and ensuring environmental compliance during construction. Interested small businesses must submit their bids electronically by September 18, 2024, and can direct inquiries to Wayne C. Weidenhamer or Nadine Catania via email.
    Green River Lock and Dam 1 Miter Gate Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the repair of the Green River Lock and Dam 1 miter gates in Reed, Kentucky. This project aims to restore the functionality and safety of critical hydraulic structures, with an estimated cost range between $1,000,000 and $5,000,000. Contractors are required to adhere to specific construction methods, safety regulations, and environmental protection policies, while also ensuring compliance with binding rates from their existing contracts. Proposals are due by 10:00 AM Eastern Time on September 20, 2024, following a mandatory site visit on September 12, 2024. Interested parties should contact Maxwell Williams at maxwell.s.williams@usace.army.mil for further details.
    Electrical Upgrades at Barren River Lake
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for electrical upgrades at the control tower system located at Barren River Lake in Glasgow, Kentucky. The project requires the contractor to furnish all necessary personnel, equipment, and materials to install electrical upgrades, including converting the electrical system to a non-separately derived system and ensuring compliance with all applicable regulations. This initiative is crucial for enhancing the operational capacity and safety of the control tower system, with an estimated contract value between $25,000 and $100,000. Proposals are due by September 23, 2024, at 10:00 AM ET, and interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a site visit on September 17, 2024. For further inquiries, contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or by phone at 502-315-6463.