Chief Joseph Dam Iso-Phase Powerbus Units 1 -16
ID: W912DW24R0027Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is soliciting bids for the Chief Joseph Dam Iso-Phase Powerbus Units 1 - 16. This procurement involves the construction of specialized powerbus units, and interested contractors should refer to the attached solicitation document, specifications, and drawings for detailed requirements. The project is categorized under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, highlighting its significance in supporting critical infrastructure. For further inquiries, potential bidders can contact Londres Medranda at londres.medranda@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil, with the latter also reachable at 206-764-4481.

    Similar Opportunities
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, through 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 involves extensive work including the replacement of pumps, motors, and controls, as well as modifications to existing systems, structural improvements, and the installation of new mechanical and control systems. This construction contract, valued between $5 million and $10 million, will be awarded based on a Best Value Trade-off (BVTO) method, with a Fixed-Price Contract structure. Interested contractors should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further details.
    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.
    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 emissions standards. This procurement is critical for maintaining operational readiness and environmental compliance, emphasizing the need for robust design and comprehensive operational documentation. Quotes are due by 10 AM Pacific on September 30, 2024, and must be submitted via email; interested contractors must ensure they are registered in the System for Award Management (SAM) and are encouraged to address all technical requirements in their proposals.
    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.
    SOF Consolidated Rigging Facility, Joint Base Lew is McChord (JBLM), Washington
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, has issued a solicitation notice for the SOF Consolidated Rigging Facility project based at Joint Base Lewis-McChord in Washington. The primary purpose of this federal contract is to construct a building for miscellaneous purposes, as classified under the NAICS code 236220 and PSC code Y1JZ. The solicitation, marked as AMEN 0005, has been posted on the appropriate electronic platform. Notably, this project's procurement process has been suspended temporarily, as communicated in Amendment R0005. The amendment emphasizes that the suspension is administrative in nature and does not provide any further details. It is crucial for offerors to be aware that the proposal due date indicated is merely a placeholder, and a new date will be announced once the suspension is lifted. Interested parties should direct any inquiries to the primary contact, Alysha Macdonald, via email at Alysha.A.MacDonald2@usace.army.mil, or phone at 0114961197442026. Alternatively, secondary contact Caroline Mueller can also be reached at caroline.b.mueller@usace.army.mil or 2067646741 for clarification. Please note that the suspension of the procurement process implies that the scope of work, deliverables, and other specific details are not currently available. The amendment does not provide any insights into the eligibility criteria, evaluation process, or funding details. These details will likely be made available once the suspension is lifted and the proposal deadline is rescheduled.
    Broken Bow DC Distribution Panelboards
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking proposals for the procurement of Broken Bow DC Distribution Panelboards. This opportunity is set aside for small businesses and falls under the NAICS code 335313, which pertains to Switchgear and Switchboard Apparatus Manufacturing. The panelboards are essential for the distribution of electrical power, ensuring efficient and reliable operation within military facilities. Interested vendors should reach out to Leann Thornton at leann.r.thornton@usace.army.mil or call 580-581-4159 for further details regarding the solicitation and any amendments, including the recent addition of United Power and Control Systems as the manufacturer.
    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.
    Baker Bay Pile Dike Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Baker Bay Pile Dike Repair project located in Ilwaco, Washington. This federal contract involves the repair and replacement of existing pile dikes at the Mouth of the Columbia River, with a construction estimate ranging between $10 million and $25 million. The project is critical for maintaining navigational safety and environmental integrity in the region, requiring compliance with federal regulations and coordination with local authorities. Interested contractors must submit their bids electronically by September 12, 2024, at 2 PM PDT, and can direct inquiries to Aragon Liebzeit or Michael Saldana via the provided email addresses.
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense is seeking bids for the Wolf Creek Power Plant Generator Step Up Units Replacement and Installation project. It involves the design, manufacture, testing, and delivery of high-capacity power transformers, with strict timelines and security requirements. The US Army Corps of Engineers, Nashville District, intends to award a Firm-Fixed Price Hybrid Supply-Construction Contract to the most suitable vendor. This procurement aims to enhance the power infrastructure at the Wolf Creek Power Plant in Kentucky. The chosen contractor will need to deliver three transformers with specific voltage capacities and associated services. The project has two phases: a supply phase of 1,358 days for transformer delivery, and a construction phase of 613 days for installation. The solicitation underscores the government's focus on robust network security, especially for controlled access and sensitive information. Contractors must adhere to stringent security protocols, including NIST SP 800-171 DoD Assessment requirements, with attention to advanced persistent threat mitigation. Interested parties should submit their bids by 2:00 PM CT on December 4, 2024, through PIEE.gov, and are encouraged to attend the pre-proposal teleconference on August 21, 2024. Further details and security clearance forms are available on SAM.gov.
    62--Nathaniel Washington Powerplant - Luminaire Replacement
    Active
    Interior, Department Of The
    The Department of the Interior's Bureau of Reclamation seeks offers for a construction contract valued between $1 million and $5 million to overhaul lighting, T-beam joints, and general cleaning at the Nathaniel Washington Powerplant, Grand Coulee Dam. The procurement aims to enhance lighting efficiency and maintain structural integrity for specialized construction projects, with a mandatory requirement for bidders to be registered in the System for Acquisition Management (SAM). The solicitation is expected by the end of August 2024.