Y--Grand Coulee Left and Right Powerplants Tailrace S
ID: 140R1024R0014Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONPACIFIC NW REGION PN 6615BOISE, ID, 83706, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the replacement of the Tailrace Semigantry Crane at the Grand Coulee Left and Right Powerplants, part of the Columbia Basin Project in Washington. This project is designated as a Total Small Business Set-Aside, with an estimated contract value between $5 million and $10 million, and requires adherence to specific completion timelines as outlined in FAR 52.211-10. Interested contractors must submit a signed Non-Disclosure Agreement (NDA) to access solicitation documents, with key deadlines including a contractor question cut-off on August 22, 2024, and a mandatory site visit on August 15, 2024. For further inquiries, potential bidders can contact Lance Fleming at 208-378-5338 or via email at lfleming@usbr.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Federal Non-Disclosure Agreement (NDA) issued by the Bureau of Reclamation, focusing on the handling of sensitive information labeled "For Official Use Only." The recipient of such information acknowledges the obligation to protect it from unauthorized disclosure and agrees to use it solely for the intended purposes. The NDA specifies that the information remains the property of the Bureau and outlines the conditions under which it may be shared with authorized individuals who have also signed the agreement. The document further emphasizes that the terms remain in effect until the Bureau determines the information no longer requires protection or upon mutual written agreement between the parties. This NDA underlines the importance of confidentiality in government operations, pertinent to RFPs, federal grants, and various state/local engagements, ensuring that sensitive data is securely handled throughout its lifecycle.
    The government has clarified its policy regarding milestone payment applications for specific line items related to the furnishing, installation, and testing of semi-gantry cranes for the RPP and LPP projects. Specifically, milestone payments will not be permitted for these line items (CLIN 17 and CLIN 19). Offerors are required to adhere to the terms of the existing solicitation and contract conditions, which include the stipulations outlined in FAR 52.232-5 concerning payments for fixed-price construction contracts dated May 2014. This ensures that all contractors understand the payment structure and conditions they must follow while executing the project.
    This document pertains to a pre-bid construction site visit for the Grand Coulee Left and Right Powerplants Tailrace, identified by Solicitation No. 140R1024R0014. It outlines key participants including various contractors and contacts at Garco Construction and Crane & Hoist businesses. The visit is an essential step in the bidding process for potential contractors, providing insight into the project's specifics and requirements. Important contact information, including phone numbers and email addresses for various stakeholders, is listed for communication purposes. Overall, this document signifies the preliminary stage of contractor engagement for a significant federal construction project, emphasizing the importance of collaboration and compliance during the bidding process.
    The document is an amendment related to solicitation 140R1024R0014 concerning the replacement of the Tailrace Semigantry Crane at the Grand Coulee Left and Right Powerplants. It outlines procedures for acknowledging receipt of the amendment, which is critical for ensuring that offers are not rejected due to lack of acknowledgement. The amendment provides a site visit attendee list from a recent site visit on August 15, 2024, and reaffirms that the deadline for contractor questions remains set for August 22, 2024, at 1:00 PM MDT, with no questions accepted after that date. Contact information for relevant officials is included for further inquiries. Importantly, all solicitation terms, conditions, and performance periods from December 18, 2024, to October 26, 2026, remain unchanged. This amendment is part of the administrative processes that ensure clear communication and compliance for potential contractors in federal procurement.
    The file outlines an amendment to solicitation number 140R1024R0014 for the replacement of the Tailrace Semigantry Crane at the Grand Coulee Left and Right Powerplants. It stipulates that all proposals must acknowledge receipt of the amendment by specified methods before the established deadline, which has been extended from September 4, 2024, to September 11, 2024, at 1300 MDT. The amendment includes new photographs requested during a site visit and addresses contractor questions received prior to a specific time on August 22, 2024, stating that no further inquiries will be entertained afterward. The document emphasizes that all other terms remain unchanged and outlines the period of performance from December 18, 2024, to October 26, 2026. It highlights the importance of proper acknowledgment of amendments to avoid rejection of proposals. This amendment reflects ongoing communication and adjustments typical in government RFP processes, ensuring transparency and compliance among contractors.
    The solicitation outlines a construction project for the replacement of the Tailrace Semigantry Crane at the Grand Coulee Left and Right Powerplants, part of the Columbia Basin Project in Washington. This Request for Proposal (RFP), issued by the Bureau of Reclamation, is designated as a small business set-aside, with a project magnitude between $5,000,000 and $10,000,000. The proposal requires completion based on FAR 52.211-10 regarding work commencement and completion. Key deadlines include a contractor question cut-off date set for August 22, 2024, and a mandatory site visit on August 15, 2024. Participants must pre-register by August 14, 2024, and foreign nationals must submit passport information by August 13, 2024. The period of performance is specified from December 18, 2024, to October 26, 2026, with deliveries expected within 665 days following a notice to proceed. Additionally, interested bidders must ensure a signed Non-Disclosure Agreement (NDA) is submitted to access the solicitation package, emphasizing controlled information handling. The document includes instructions on how offers should be submitted, underlining the importance of complying with government regulations throughout the bidding process.
    Similar Opportunities
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    Mud Mountain Dam Lower Cascade Creek Water Control Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the Mud Mountain Dam Lower Cascade Creek Water Control Facility project in Enumclaw, Washington. The objective of this procurement is to replace an outdated water control structure that failed during a flood event in 2009, necessitating the full demolition of the existing system and the construction of a modern facility designed to improve flood management capabilities and operational reliability. This project is critical for enhancing the hydrological management of Lower Cascade Creek, ensuring compliance with environmental standards, and minimizing disruption to existing operations, with an estimated construction cost between $10 million and $25 million. Interested parties should note that the solicitation is expected to be issued on or about October 17, 2024, with a closing date around December 3, 2024, and can contact Jeannette Patton at jeanette.k.patton@usace.army.mil for further inquiries.
    W912DW24R0019 - Albeni Falls Dam (AFD), Powerhouse Bridge Crane (PHBC), Oldtown, ID
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Powerhouse Bridge Crane at the Albeni Falls Dam in Oldtown, Idaho, under solicitation number W912DW24R0019. The project entails the design, removal, and replacement of outdated crane systems, including the installation of new trolleys, hoists, and control systems, with a focus on enhancing operational efficiency and safety compliance. This initiative is critical for maintaining the functionality of the hydroelectric facility, ensuring that the crane meets stringent safety and engineering standards. Interested contractors must submit their proposals by the extended deadline of October 11, 2024, with an estimated project value between $10 million and $25 million. For further inquiries, potential bidders can contact Hien Ho at hien.ho@usace.army.mil or Alex Marcinkiewicz at alex.r.marcinkiewicz@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.
    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.
    Bonneville Headgate Repair Pit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking information from potential contractors for the Bonneville Headgate Repair Pit project at Bonneville Dam, located in Oregon. The primary objective is to rehabilitate the headgate repair pit to ensure a safe and efficient work environment for maintenance activities, including corrosion repair and component replacements, while adhering to industry standards such as ASHRAE and OSHA. This project is crucial for maintaining the operational integrity of the Bonneville Powerhouse, which plays a significant role in the Federal Columbia River Power System. Interested firms must submit their responses by October 15, 2024, with an estimated construction cost between $5 million and $10 million, and are encouraged to contact Kristel Flores or Andrea Smothers for further details.
    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.
    Z--WY-BOYSEN PP G1 AND G2 GENERATOR REWINDS
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Boysen Powerplant Modernization Project, specifically focusing on the rewinding of generators G1 and G2 in Wyoming. The project entails significant maintenance work, including the removal and installation of windings and stator cores, as well as asbestos abatement, with a total estimated budget exceeding $10 million and a performance period from November 15, 2024, to November 14, 2028. This initiative is crucial for maintaining the operational efficiency and safety of hydroelectric facilities, reflecting the federal government's commitment to infrastructure modernization and environmental compliance. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Mitchell Frost at mfrost@usbr.gov.
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the replacement of Generator Step-Up (GSU) transformers at three power plants within the Trinity River Division of California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations, including asbestos abatement. This initiative is critical for modernizing the electrical infrastructure and maintaining reliable power generation, with an estimated contract value ranging from $35 million to $50 million. Interested contractors must submit their proposals by the specified deadline, and for further inquiries, they can contact Matthew Thomas at mthomas@usbr.gov or by phone at 916-978-5117.