John Day Generator Cooling Water System Rehab
ID: W9127N24R0006Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF DAMS (Z1KA)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers is initiating the Generator Cooling Water System project at the John Day Lock and Dam, located on the Columbia River. The project involves extensive modifications to the powerhouse, specifically aimed at updating the cooling water system essential for the operation of main generators. Key activities include the removal of outdated equipment, installation of new cooling water flow meters, ventilation systems, and piping modifications to enhance system efficiency. The detailed drawings specify the layout, removal, and installation protocols for various components, ensuring compliance with engineering standards. Additionally, provisions are made for environmental safety and operational integrity through careful management of existing infrastructures. The initiative reflects a commitment to uphold operational excellence and safety standards within federal infrastructure projects. The documentation serves as a technical guide for contractors bidding on the project, detailing materials, methods, and equipment required, thus facilitating a clear understanding of expectations and deliverables from potential vendors. This project is critical for maintaining the efficiency of hydropower generation and reflects the broader objectives of federal grants and RFPs aimed at infrastructural modernization.
    The document is an "Offeror's Experience Form," used in the context of federal and state/local RFPs (Request for Proposals). It serves to collect detailed information from bidders about their experience relevant to the proposed project. Key elements include the name of the offeror, project title, contract number, award amounts, completion dates, and contract duration. Furthermore, it requires a description of the project's scope and magnitude to demonstrate similarities to the new proposal. The form also solicits details on the offeror's involvement, whether as a prime contractor, subcontractor, or in a joint venture, including percentages of work performed. Specific roles and responsibilities in design and construction relevant to the solicitation are to be explained, accentuating past accomplishments akin to the project's requirements. This structured approach ensures that evaluators can assess the offeror's capacity and suitability effectively, promoting transparency and competitiveness in government contracting processes.
    The U.S. Army Corps of Engineers (USACE) outlines the protocol for utilizing the Past Performance Questionnaire (PPQ) in contractor evaluations within federal solicitations. When a completed Contractor Performance Assessment Reporting System (CPARS) evaluation is unavailable, offerors must submit a PPQ for the relevant project, including essential contract and client details. Submission procedures are emphasized, with requirements for follow-up to ensure timely processing. The questionnaire assesses contractor performance across various categories, including quality, timeliness, customer satisfaction, management, financial management, safety, and overall compliance. Specific rating definitions categorize performance from "Exceptional" to "Unsatisfactory." This structured framework allows the government to evaluate past contractor performance comprehensively, enabling informed decision-making in awarding contracts. The document also specifies that all information submitted via the PPQ is sensitive and must be treated accordingly, ensuring the integrity and confidentiality of the evaluation process.
    The John Day Dam Generator Water Cooling System Rehabilitation project in Sherman County, Oregon and Klickitat County, Washington, involves a sealed bid solicitation seeking qualified small businesses for a firm-fixed price construction contract estimated between $5 million to $10 million. The solicitation requires comprehensive proposals including technical and financial evaluations, emphasizing past performance and work plans. Key elements include the need for substantial upgrades across multiple generator units, with a major focus on the installation of air and thrust bearing cooler modulation systems, instrumentation, and electrical components. The project is a Total Small Business Set-Aside and will be evaluated based on Best Value Trade-Off procedures. Offerors must submit detailed proposals by October 11, 2024, and an organized site visit is scheduled for September 25, 2024. Compliance with labor wage rates, safety measures, and equal employment opportunity requirements is mandated. To qualify, bidders must demonstrate relevant experience through past projects completed within the last decade, with an emphasis on similar scope and complexity. All proposals will be evaluated based on thorough criteria, with an ultimate goal of selecting a contractor capable of fulfilling the project requirements efficiently and effectively.
    Lifecycle
    Similar Opportunities
    John Day Dam Powerhouse HVAC Upgrade Industry Day
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is hosting an Industry Day for the John Day Dam Powerhouse HVAC Upgrade project, scheduled for October 23, 2024, in Rufus, Oregon. This initiative aims to gather insights on industry capabilities and qualifications to inform future solicitations for the complete replacement and upgrade of the HVAC systems at the dam, which are currently outdated and non-compliant with modern safety standards. The project is critical for enhancing operational efficiency and safety within the facility, with an estimated construction cost ranging from $25 million to $100 million. Interested parties must submit their responses to the Industry Day notice by October 16, 2024, and are encouraged to register for the site visit by contacting Andrew Sprys or Andrea Smothers via email.
    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.
    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 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 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.
    Bonneville Spillway Rock Mitigation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the Bonneville Spillway Rock Mitigation project, which involves constructing two concrete barriers on the spillway apron of the Bonneville Dam in Oregon. The primary objective is to mitigate rock accumulation that damages the existing infrastructure, requiring underwater construction techniques and adherence to environmental controls during the specified in-water work period from November 1 to February 28. This project is critical for maintaining the structural integrity of the dam and ensuring effective water management, with an estimated construction cost exceeding $10 million. Interested parties must submit their responses to the Sources Sought notice by October 31, 2024, to the designated contracting officials, Kristel Flores and Andrea Smothers, via email.
    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.
    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.
    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 the 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 dams, 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.
    Green River Lock and Dam 1 Miter Gate Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Louisville District, is soliciting proposals for the repair of the Green River Lock and Dam 1 miter gates in Reed, Kentucky. Contractors are required to submit price proposals for the rehabilitation project, which is estimated to cost between $1,000,000 and $5,000,000, and must comply with various construction clauses and safety regulations. This project is crucial for maintaining the functionality and safety of essential hydraulic structures, reflecting the government's commitment to infrastructure improvement. Proposals are due by 10:00 AM Eastern Time on September 20, 2024, following a mandatory site visit on September 12, 2024, and must be submitted electronically to Maxwell Williams at maxwell.s.williams@usace.army.mil.