This Performance Work Statement outlines the requirements for replacing draft tube bulkhead seals at the Fort Randall Dam in Pickstown, South Dakota. The project's objective is to supply new rubber seal assemblies, side retaining bars, leaf springs, and ancillary materials for eight of the nine existing bulkheads, which are showing signs of wear and leakage. The work must be completed within 390 days of contract award, with specific delivery schedules for various components. The contractor is responsible for quality control, adhering to numerous federal and industry standards, and ensuring all materials and fabrication meet strict specifications. Detailed procedures for material testing, fabrication, machine work, and a comprehensive painting process with specific formulas and application guidelines are provided. The government will conduct quality assurance, inspections, and testing, with payment contingent upon the delivery and acceptance of specified items.
This government file details the specifications for the Draft Tube Bulkhead Seal Replacement at the Fort Randall Dam and Reservoir Powerhouse on the Missouri River, overseen by the U.S. Army Corps of Engineers. The document includes detailed rubber seal drawings (top, side, and bottom seal assemblies) with precise dimensions, tolerances, and material requirements. Key instructions for the contractor include field measuring side seal bar length and bolt spacings for all eight existing draft tube bulkheads, and submitting a report with findings. Seals are to be delivered undrilled. The file emphasizes quality control with GQAR inspection, specifies Teflon coating for top and side seals (excluding the bottom), and outlines tolerances for various dimensions. It also details requirements for bolt holes, sharp edge breaking, and references related drawings, indicating a comprehensive project for seal replacement and associated structural modifications.
This document provides answers to questions regarding Solicitation #W9128F25QA004 for the Draft Tube Bulkhead Seal Replacement at the Fort Randall Dam, SD. Key clarifications include confirming that the rubber seals are not considered safety-critical parts, meaning a leak would not constitute an emergency. The project is for USACE civil works, making it non-military and compliant with Motion's sales policy. There are no flow-down or DPAS rating requirements. The US Army Corps of Engineers (USACE) is the end-user. Finally, the correct quantity of side seal retaining bars required is sixteen (16), correcting a typo in the solicitation description.
The government file details various clauses and provisions pertinent to federal contracting, covering areas such as commercial products and services, small business programs, and specific prohibitions. Key clauses address topics like contractor representation regarding small business status, restrictions on certain foreign purchases, and policies against trafficking in persons. It outlines requirements for equal opportunity, veteran employment, and environmental compliance, including the non-manufacturer rule and rules for promoting clean air and water. The document also includes payment provisions, such as accelerated payments for small businesses, and details on protest procedures after award. Definitions for "long-term contract" and "small business concern" are provided, ensuring clarity on eligibility and compliance for contractors.
This government file outlines a Performance Work Statement (PWS) for the replacement of draft tube bulkhead seals at the Fort Randall Dam. The project requires the contractor to supply rubber seal assemblies, side retaining bars, leaf springs, and ancillary materials for eight existing bulkheads, fabricated in 1949, which are showing signs of cracking and deformation. The objective is to deliver these items within 190 days of contract award to the United States Army Corps of Engineers at Fort Randall Dam, Pickstown, SD. The document details specific material requirements, quality assurance protocols, fabrication standards, painting specifications, and various federal and industry regulations that the contractor must adhere to. Submittals for government approval, including quality control plans and shop drawings, are mandatory. The contract emphasizes strict quality control, safety, and environmental compliance, with payment contingent on the delivery and acceptance of all specified items.
This document is an amendment to solicitation number W9128F26QA0040002, issued by the KO Contracting Office. The purpose of this amendment is to update the Performance Work Statement, incorporate revised Contract Line Items (CLINs) to reflect the Price Schedule and Section 2.0.2 Time of Delivery, and extend the solicitation due date from November 27, 2025, to December 9, 2025. The amendment introduces new CLINs for various replacement parts such as side seal retaining bars, leaf springs, and bolt assemblies, and modifies an existing CLIN (0001) to change the description and increase the quantity of replacement rubber seal assemblies. It also details new inspection, acceptance, and delivery locations and timelines for these added and modified CLINs, all at the COE FT RANDALL PRJT OFC MNTN SECT in Pickstown, SD. Furthermore, the attachments have been revised, deleting an older version of the Performance Work Statement and adding a new, updated version dated November 24, 2025.