McNary Turbine Maintenance Platforms
ID: W912EF25B0002Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

SCAFFOLDING EQUIPMENT AND CONCRETE FORMS (5440)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the fabrication and delivery of McNary Turbine Maintenance Platforms and associated equipment, including draft tube access platforms and scaffolding systems, to be utilized at the McNary Lock and Dam in Umatilla, Oregon. The procurement aims to enhance maintenance operations for hydroelectric turbines, ensuring compliance with safety and quality standards, including the use of certified welders and adherence to American Welding Society specifications. Interested small businesses must submit their bids electronically by August 15, 2025, at 11:00 AM PDT, and are required to register with SAM.gov. For further inquiries, potential bidders can contact Callie Rietfors at callie.rietfors@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines design specifications for a Turbine Maintenance Platform (TMP) at the McNary Lock and Dam on the Columbia River, as developed by the U.S. Army Corps of Engineers. It provides detailed engineering drawings and assembly instructions for various components, including the TMP, access platforms, and scaffolding required for turbine maintenance operations. The drawings include structural details, material specifications, and assembly configurations, emphasizing safety and accessibility. Key elements include the design of the structural components, rigging details, and the TMP assembly processes. These comprehensive plans are crucial for ensuring effective maintenance and operational efficiency at the hydroelectric facility. The document represents a vital part of the overall federal RFPs and grants system, demonstrating the government’s commitment to infrastructure modernization and sustainability in energy generation.
    The document outlines a series of specifications related to the McNary Turbine Replacement Units 1-14, under a contract with the US Army Corps of Engineers. The primary focus is on the detailed design and assembly information for components like the discharge ring and draft tube liner. Key topics include fabrication methodologies, machining dimensions, and tolerances, alongside extensive requirements for welding, finishing, and quality inspection processes to ensure structural integrity and reliability. Important specifications include provisions for materials, surface preparations, and specific assembly procedures. For instance, it stipulates tolerances for machining surfaces, instructions for embedding anchors into concrete, and emphasizes quality control measures. Additionally, the document outlines necessary inspections and testing to adhere to safety and regulatory standards. The document is instrumental in guiding contractors during the execution of the project, ensuring that all components are manufactured and assembled per federal requirements while prioritizing safety and environmental considerations. The meticulous detail suggests a focused effort to enhance the reliability of hydroelectric turbine operations in compliance with government standards.
    The McNary Powerhouse Turbine Maintenance Platform project encompasses various requirements crucial for contractors engaged with the U.S. Army Corps of Engineers (USACE). The project includes stringent guidelines for contractor qualifications, site access restrictions, safety protocols, and progress scheduling. Contractors are encouraged to employ U.S. veterans, promoting veteran representation in the workforce. The document details specific organizational procedures, such as required meetings, documentation submissions, and compliance with safety regulations, including antiterrorism and operations security measures. Key sections cover general project requirements, specific site restrictions, and the need for integrative security practices within the operational scope. Essential scheduling procedures are stipulated, including the necessity for baseline project schedules and regular updates to ensure alignment with contractual obligations. The document emphasizes the importance of adhering to proper submittal protocols, ensuring effective communication and documentation throughout the project's lifecycle. Such measures are vital for maintaining safety standards and achieving project objectives effectively while accommodating the workload and workforce management strategies necessary for maintaining a secure environment at the project site.
    The McNary Powerhouse Turbine Maintenance Platform project, W912EF25B0002 Amend-0004, mandates the use of the Resident Management System Contractor Mode (RMS CM) for comprehensive contract administration. This system facilitates electronic information exchange between the Government and the Contractor across various areas, including administration, finances, quality control, submittal monitoring, and scheduling. Contractors are required to download and utilize the latest RMS software within seven calendar days of award and be prepared to transition to the new Construction Management Platform (CMP) at any point without additional cost or time. The document outlines specific system requirements for RMS and details the contractor's responsibilities for data entry and maintenance within the system, such as subcontractor information, correspondence, daily quality control reports, deficiency tracking, and schedule updates. The use of RMS CM is integral to the Contractor’s quality control management, requiring daily database updates and monthly schedule submissions. Non-compliance with these RMS requirements will result in immediate corrective action requests from the Contracting Officer.
    The document provided is a Standard Form 1409 (Abstract of Offers) and its continuation, Standard Form 1410, used in federal government procurement. Its primary purpose is to record and summarize offers received in response to a solicitation. Key sections include the Free On Board (F.O.B.) Point, Item Number, Solicitation Number, Issuing Office, Name of Offeror, Acceptance Time, Business Size (Large or Small), Description of Supplies or Services, Opening Date, Quantity, Unit, and pricing information. It also includes sections for Delivery Time and Remarks. The form requires certification by the individual who opened, read, and recorded the offers, along with their name, title, signature, and date. The continuation sheet, Standard Form 1410, provides additional space for detailing item numbers, quantities, and pricing for multiple offers, ensuring comprehensive record-keeping for complex solicitations. This form is essential for transparency and accountability in the federal contracting process, providing a structured way to compare bids and track responses.
    This amendment to Solicitation No. W912EF25B0002 updates the bid opening time to 12:00 PM PDT on the bid due date of June 16, 2025. This Invitation for Bid is for the fabrication and delivery of two Turbine Maintenance Platforms and Draft Tube Access Platforms for the U.S. Army Corps of Engineers, Walla Walla District, at McNary Lock and Dam. Bids must be submitted electronically via email to Tracy Gluck and Callie Rietfors. Offerors must be registered with SAM.gov, and a notarized letter process is mandatory for current SAM registrants updating their data. Bids must be firm-fixed-price, include shipping costs, and remain valid for 30 days. The Government is exempt from state and local taxes. Award will be made to the lowest-priced, responsive, and responsible offeror. A telephonic bid opening will be held, and participants must email their names 24 hours prior. All inquiries must be submitted through ProjNet using the Bidder Inquiry Key NGI2Y4-79VNVP.
    This document is an amendment to Solicitation W912EF25B0002, extending the bid due date to July 16, 2025, at 11:00 AM PDT to ensure compliance with Executive Order (EO) 14271. The solicitation is for the fabrication and delivery of two Turbine Maintenance Platforms and Draft Tube Access Platforms for the U.S. Army Corps of Engineers, Walla Walla District, at McNary Lock and Dam. Key instructions for offerors include mandatory SAM.gov registration, submission of bids via email to specified contacts, and adherence to a firm-fixed-price basis including shipping costs. Bids must be valid for 30 days. The government will award one contract to the responsive and responsible offeror with the lowest price. A telephonic bid opening will occur one hour after the bid due time. Responsibility criteria, including financial resources, performance record, and technical skills, will be assessed. All inquiries must be submitted through the ProjNet Bidder Inquiry system using the provided key NGI2Y4-79VNVP, with telephone and email inquiries not accepted.
    This document is an amendment to Solicitation W912EF25B0002, extending the bid due date to August 15, 2025, at 11:00 AM PDT to ensure compliance with Executive Order (EO) 14271. The solicitation is for the fabrication and delivery of Turbine Maintenance Platforms and Draft Tube Access Platforms for the U.S. Army Corps of Engineers, Walla Walla District. Bids must be firm-fixed-price, include shipping costs, and be valid for 30 days. Offerors must be registered with SAM.gov, with a notarized letter required for current registrants updating their data. Bids are to be submitted electronically via email to Tracy Gluck and Callie Rietfors. A telephonic bid opening will occur one hour after the due date, and participants must email a list of attendees 24 hours prior. Responsibility criteria for contractors are detailed, including financial resources, performance record, and technical skills. All inquiries must be submitted through ProjNet using the Bidder Inquiry Key NGI2Y4-79VNVP, with specific instructions provided for access and question submission.
    Amendment 0004 to Solicitation W912EF25B0002 revises the Technical Specifications, specifically section 01 45 01.00 28 Resident Management System Contractor Mode (RMS CM), paragraph 1.2 RMS Software. Issued by USAED, Walla Walla - Contracting Div., the amendment updates Attachment 1: Technical Specifications with a new date of August 6, 2025, while other attachments remain unchanged. The solicitation's terms and conditions, apart from the technical specification update, remain in full force. Offerors must acknowledge this amendment to ensure their bids are considered.
    This government Request for Proposal (RFP) W912EF25B0002 outlines the requirements for the fabrication and delivery of McNary Turbine Maintenance Platforms, including draft tube access platforms, blade scaffolding, personnel hoisting systems, and spare parts. It also covers on-site assembly services, transportation/storage carts, and final operation and maintenance manuals and record drawings. The RFP details inspection and acceptance terms, requiring government inspection and acceptance at the destination. Key quality requirements include certified welders and weld inspectors, and adherence to American Welding Society (AWS) standards D1.1/D1.1M and D1.2/D1.2M. Delivery of the platforms and associated services is staggered, ranging from 10 to 15 months after the contract date, to the McNary Project Administrator in Umatilla, Oregon. The document also incorporates numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering areas such as small business utilization, limitations on subcontracting, and a one-year warranty on supplies. It also encourages voluntary Value Engineering Change Proposals (VECPs) with a sharing mechanism for cost savings.
    The document outlines a Request for Proposal (RFP) issued by the U.S. government for the procurement of various turbine maintenance and assembly services for the McNary Project. It specifies requirements for the supply of a Turbine Maintenance Platform, On-Site Assembly Services, and Transportation/Storage Carts, with detailed pricing for each item and applicable delivery timelines, which range from 10 to 15 months after the contract award. The RFP emphasizes compliance with several federal standards, including quality assurance and inspection protocols, and incorporates clauses regarding government rights, contractor responsibilities, and subcontracting limitations. The document ensures adherence to rules regarding small business participation and enables the government to assess proposals based on compliance with outlined technical specifications. The RFP is structured to promote fair competition while ensuring quality and efficiency in delivering necessary components and services to support the maintenance of the turbine system, reflecting the government’s commitment to operational integrity and fiscal responsibility.
    The amendment of Solicitation W912EF25B0002 updates the bid opening time to 12:00 PM PDT on June 16, 2025, while all other terms remain unchanged. This procurement seeks bids for the fabrication and delivery of turbine maintenance platforms and related scaffolding for the U.S. Army Corps of Engineers at McNary Lock and Dam, Umatilla, WA. Bidders must clearly itemize prices and ensure they remain valid for at least 30 days. Registration at www.sam.gov is mandatory, along with adherence to current safety and quality requirements specified in the solicitation. Bids must include comprehensive documentation such as signed forms and welding qualifications, and must be submitted electronically by the specified deadline. The government will award the contract to the lowest priced, responsible bidder without further discussions. A telephonic bid opening is scheduled to facilitate the process due to electronic submissions. All inquiries regarding the solicitation must be submitted through ProjNet using the designated Bidder Inquiry Key. This amendment signifies the importance of compliance, timeliness, and preparation in government contracting procedures.
    The document is an amendment to the solicitation for the U.S. Army Corps of Engineers regarding the fabrication and delivery of two Turbine Maintenance Platforms and Draft Tube Access Platforms at McNary Lock and Dam in Umatilla, WA. The amendment extends the solicitation period to July 16, 2025, at 11 AM PDT to ensure compliance with Executive Order 14271. Bidders must submit their electronic bids by this deadline, with all bids remaining valid for 30 days. It is mandatory for bidders to register at sam.gov to be eligible for award. The amendment also clarifies the necessary submission documents, including Standard Form 33, price schedules, and welding qualifications. Evaluation will be based on highest responsiveness and lowest price, with an emphasis on adhering to safety and health requirements as specified in the EM 385-1-1 manual. Bidders are instructed to post inquiries through Bidder Inquiry on ProjNet, with a provided Key for access, and are reminded that no physical bid opening will occur. Overall, the document outlines important changes and procedural requirements, emphasizing compliance, bid specifications, and bid submission protocols essential for contractor participation in the government procurement process.
    The document is an amendment to a solicitation for the U.S. Army Corps of Engineers, extending the bidding period for a contract involving the fabrication and delivery of turbine maintenance platforms at McNary Lock and Dam, Umatilla, WA, until August 15, 2025. It emphasizes compliance with Executive Order 14271 and outlines the requirements for bidders, including necessary registration on SAM.gov and submission guidelines for bids. Essential modifications include clarifying instructions for submitting the price bid, ensuring accurate pricing, and addressing qualifications related to welding. The solicitation is strictly for firm-fixed-price contracts, with all bids required to be valid for 30 days post-submission. Bidders must comply with safety regulations and are provided with electronic submission instructions for bids. The document underlines the government's right to determine contractor responsibility based on financial resources, performance records, and compliance with relevant legal standards. The amendment serves practical purposes by clarifying the rules and instructions for potential contractors, promoting transparency and efficiency in the bidding process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    McNary Dam Staff Gauges
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of custom-built staff gauges for the McNary Navigation Lock & Dam in Oregon. The procurement involves two sets of staff gauges, with specific dimensions ranging from 258 to 275 feet and 335 to 343 feet, constructed from 16-gauge enameling iron with a porcelain enamel finish, and must include detailed drawings with proposals. These gauges are critical for monitoring water levels and ensuring the operational efficiency of the dam, with a requirement for delivery within fifteen weeks of contract award. Interested contractors must submit their proposals via ProjNet by January 6, 2026, and can contact Callie Rietfors at callie.rietfors@usace.army.mil or 509-527-7280 for further information.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication, delivery, and storage of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement requires compliance with stringent technical specifications, including material standards, welding requirements, and quality control measures, as outlined in the updated solicitation documents. The Tainter Gate is a critical component for water control structures, ensuring the operational integrity of the navigation lock on the Snake River. Interested contractors must submit their bids by December 15, 2025, at 10:00 AM PST, and can direct inquiries to Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is preparing to solicit bids for the Bonneville Spillway Gantry Crane Rehabilitation Project located in Cascade Locks, Oregon. This project involves the rehabilitation of a gantry crane, which is crucial for maintaining the operational efficiency and safety of the spillway facilities. The work falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is classified under PSC code Y1PZ for the construction of other non-building facilities. Interested contractors can reach out to Dana Western at dana.m.western@usace.army.mil for further details as the procurement process unfolds.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    Spare Transformers for the Lower Snake River Plants
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Pre-Solicitation Notice: O and M Emergency Repair Sanders Left Embankment Seepage, Emmett Sanders Lock and Dam McClellan - Kerr Arkansas River Navigation System Jefferson County, Arkansas.
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking bids for the O and M Emergency Repair of the Sanders Left Embankment Seepage at the Emmett Sanders Lock and Dam, part of the McClellan-Kerr Arkansas River Navigation System in Jefferson County, Arkansas. This project, classified under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical repair needs to ensure the structural integrity and operational functionality of the dam. The contract, which is a Total Small Business Set-Aside, is valued between $500,000 and $1 million, with a project duration of 212 calendar days following the Notice to Proceed. Interested bidders must submit their proposals by December 5, 2025, and can contact Shelby Henson at Shelby.m.henson@usace.army.mil or 501-340-1249 for further information.