Chief Joseph Dam Emergency Generator
ID: W912DW-24-Q-0044Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Motor and Generator Manufacturing (335312)

PSC

GENERATORS AND GENERATOR SETS, ELECTRICAL (6115)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document outlines a Request for Quote (RFQ) for the procurement of a Standby Emergency Diesel Generator by the U.S. Army Corps of Engineers, specifically for delivery to the Chief Joseph Dam in Bridgeport, Washington. The generator must meet stringent specifications, including compliance with EPA emissions standards and various safety requirements. Quotes are due by 10 AM Pacific on September 30, 2024, and must be submitted via email, ensuring that contractors are registered in the System for Award Management (SAM). The procurement is set aside for small businesses, with particular emphasis on the need for detailed proposals addressing all technical requirements. Key details include a minimum standby rating for the generator, a robust structural design for weather resilience, and comprehensive operational manuals. Contractors are responsible for incorporating all applicable taxes within their quotes and ensuring invoices reflect all costs without separate tax lines. The warranty, delivery schedule, and product documentation are also critical for acceptance. Overall, this RFQ exemplifies the government's commitment to maintaining operational readiness and compliance with environmental regulations through strategic procurement processes.
    The document serves as an amendment to a solicitation for a government contract (Contract ID: W912DW24Q0044), specifically addressing questions posed during the solicitation period. The amendment confirms that no additional changes to the original terms and conditions have been made, and it outlines the process for contractors to acknowledge receipt of this amendment. Key clarifications include specifications regarding load bank requirements essential for generator testing. The load bank must match the generator's full capacity, operate at 100% load percentage rating, utilize a multi-step approach, and function manually. These details are critical for ensuring the project meets its operational standards. The document is focused on maintaining compliance and ensuring clarity for potential contractors as part of the solicitation process in federal procurement.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Two Marine Generators for the Fleet Vessel McNamara
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Paul District, is seeking a contractor to provide two new marine generators for the Maintenance and Repair Division associated with the Motor Vessel McNamara. The procurement requires generators that meet specific technical specifications, including a minimum output of 30 KW, compliance with EPA Tier 3 or Tier 4 emission standards, and various safety and operational features. This acquisition is crucial for enhancing the operational capabilities of the fleet vessel, with quotes due by 10:00 AM on September 17, 2024, and final delivery required by October 30, 2024. Interested vendors should contact Scott E. Hendrix or Kenneth J. Eshom via email for further information and ensure they are registered in the System for Award Management (SAM) prior to submission.
    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.
    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.
    W91237-24-Q-0125 Delaware Dam and Tom Jenkins Dam Generator Supply
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the supply of generators for the Delaware Dam and Tom Jenkins Dam under solicitation number W91237-24-Q-0125. This procurement is specifically set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 335312, which pertains to Motor and Generator Manufacturing. The generators are critical for ensuring the operational efficiency and reliability of the dam facilities, which play a vital role in water management and flood control. Interested vendors should refer to the PIEE system for the solicitation details and attachments, and may contact Carrie McClung at carrie.e.mcclung@usace.army.mil or Cynthia Oxley at Cynthia.A.Oxley@usace.army.mil for further inquiries.
    Scaffolding Bonneville Dam (Phased)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Portland District, is seeking quotes for scaffolding rental services at the Bonneville Dam Powerhouse 1 in Cascade Locks, Oregon. The project involves the phased installation, maintenance, and removal of scaffolding for a total of seven units, with an initial setup for two units that will be rotated over time as work progresses on the powerhouse. This procurement is crucial for ensuring safe access and operational efficiency during maintenance activities at the dam. Interested small businesses must be registered in the System for Award Management (SAM) and submit their quotes electronically by the specified deadline, with a site visit scheduled for September 12, 2024, for which prior registration is required. For further inquiries, potential bidders can contact Jeffery Feeney at JEFFERY.B.FEENEY@USACE.ARMY.MIL or call 720-568-0387.
    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.
    The Dalles Dam Fire Extinguisher Emergency Services
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Portland District, is seeking a contractor to provide Fire Extinguisher and Emergency Maintenance Services at The Dalles Dam in Oregon. The procurement includes hydrotesting, monthly and annual inspections of fire extinguishers, self-contained breathing apparatus (SCBA), and emergency breathing apparatus (EBA), along with the development of a report spreadsheet to track these services. This contract is critical for ensuring safety preparedness and compliance with national standards, as it enhances fire prevention and emergency response capabilities at the facility. Interested small businesses must submit their quotes by 1:00 PM PST on September 19, 2024, and can direct inquiries to John Scukanec at john.r.scukanec@usace.army.mil or by phone at 503-808-4436.
    Generator Replacement
    Active
    State, Department Of
    The U.S. Department of State is soliciting proposals for the procurement and logistics services of nine medium voltage metal enclosed generator systems for the Bureau of Overseas Buildings Operations, specifically for the U.S. Embassy in Baghdad, Iraq. The contract requires the contractor to manage all aspects of equipment sourcing, logistics, and compliance with safety protocols, ensuring that all generators meet specific operational standards and are delivered within a 30-month timeframe following the notice to proceed. This procurement is critical for maintaining reliable power generation capabilities at the embassy, emphasizing the importance of quality and adherence to federal standards. Interested contractors must submit their proposals by September 18, 2024, and direct any inquiries to Jose Vasquez at vasquezj4@state.gov or Peter Allen at allenpj@state.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.