Albeni Falls Dam (AFD) MOTOR, BRAKE, ENCODER, AND COUPLING FOR ALBENI FALLS SPILLWAY CRANE
ID: W912DW25Q0034Type: Solicitation
Overview

Buyer

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

NAICS

Motor and Generator Manufacturing (335312)

PSC

MOTORS, ELECTRICAL (6105)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the procurement of a motor, brake, encoder, and half-coupling for the Albeni Falls Dam Spillway Crane located in Oldtown, Idaho. The requirements include ensuring that the dimensions of the new equipment do not exceed those of the existing machinery to maintain critical clearances during installation. This procurement is vital for the safe and efficient operation of the spillway crane, which plays a crucial role in water management and flood control. Interested contractors, both small and large businesses, must submit their proposals by August 5, 2025, at 10:00 AM PDT, and can direct inquiries to Xuejiao Sun at xuejiao.sun@usace.army.mil or Scott Britt at scotty.w.britt@usace.army.mil.

    Files
    Title
    Posted
    This document is an amendment to a government solicitation, extending the offer due date for contract W912DW25Q0034 from June 19, 2025, to June 30, 2025, at 10:00 AM. The amendment confirms that all other terms and conditions of the solicitation remain unchanged and in effect. Contractors must acknowledge receipt of this amendment prior to the deadline, either by returning copies of the amendment, including acknowledgment on submitted offers, or through separate correspondence referencing the solicitation and amendment numbers. The document is issued by the Seattle Engineer District and outlines administrative changes and procedures for modifications to contracts. This extension is essential to ensure interested parties have adequate time to prepare and submit their proposals, highlighting a common practice in government procurement to accommodate various operational challenges contractors may face.
    This document details the second amendment to a federal solicitation, primarily aimed at modifying the terms for contract W912DW25Q0034. Key changes include the removal of the small business set-aside, allowing both small and large businesses to participate, and an extension of the due date for submissions to August 5, 2025, at 10:00 am PDT. The amendment also updates various clauses in the solicitation to align with current regulatory requirements, including clauses related to labor standards and contract compliance. Additionally, the solicitation now reflects that there is no preference regarding business size and has eliminated the set-aside percentage. The document requires that contractors acknowledge receipt of this amendment to avoid rejection of any offers made under the amended terms. The amendments ensure adherence to updated regulations and broaden participation in the contract opportunity, showcasing the government's ongoing efforts to enhance procurement practices while maintaining compliance with federal laws. Overall, these modifications streamline processes to accommodate a wider range of contractors.
    The document concerns the operation and maintenance of the Spillway Gantry Crane, specifically outlining technical specifications related to brake torque settings. The brake torque for the crane is to be adjusted at the factory to a precise configuration of 400 ft. lbs. This file is likely part of a larger government Request for Proposals (RFP) or grant initiative aimed at ensuring the safe and efficient performance of critical infrastructure associated with spillway operations. Effective crane operation is essential for maintaining safety and reliability in water management and flood control systems. The emphasis on factory settings suggests a focus on quality control and operational safety standards for the equipment utilized in these governmental projects.
    Similar Opportunities
    Spare Transformers for the Lower Snake River Plants
    Buyer not available
    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.
    Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
    Buyer not available
    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.
    HYDRAULIC SPLIT DOUBLE-DRUM SPUD WINCH
    Buyer not available
    The U.S. Army Corps of Engineers, Wilmington District, is seeking a contractor to provide a Portable Hydraulic Split Double-Drum Spud Winch for the MPV “Brandy Station” under Solicitation No. W912PM26QA009. The contractor must furnish all labor, materials, and services to deliver a marine-grade winch capable of hoisting 18” x 60’ steel spuds, powered by a Tier 4 compliant diesel engine, within 15 days of contract award. This procurement is critical for enhancing operational capabilities and ensuring compliance with safety and transportation regulations. Interested parties must submit their quotes and technical proposals electronically by December 18, 2025, at 2:00 PM EDT, with questions due by December 11, 2025, at 4:00 PM EDT. For further inquiries, contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    Draft Tube Bulkhead Seal Replacement, Ft Randall Dam, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of draft tube bulkhead seals at Fort Randall Dam in Pickstown, South Dakota. The project involves supplying new rubber seal assemblies, side retaining bars, leaf springs, and other ancillary materials for eight existing bulkheads that are experiencing wear and leakage. This procurement is critical for maintaining the operational integrity of the dam, ensuring effective sealing performance to prevent water leakage. Proposals are due by December 9, 2025, and interested small businesses must contact Brandie Murphy at Brandie.L.Murphy@usace.army.mil for further details. The contract is subject to strict quality control and compliance with federal standards, with a completion timeline of 190 calendar days post-award.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Buyer not available
    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.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Buyer not available
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    John Day Transportation and Site Access
    Buyer not available
    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.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication and supply of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement involves detailed engineering specifications for the gate's construction, including welding requirements, material specifications, and safety protocols, with a focus on compliance with national safety standards and USACE regulations. The Tainter Gate is a critical component for water control at the dam, ensuring efficient navigation and flood management on the Snake River. Interested contractors must submit their bids by December 12, 2025, with a bid opening scheduled for December 15, 2025. For further inquiries, potential bidders can contact Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    3389 LCHD-ESS Special Notice - Draft Specification
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    Bonneville Powerhouse 1 Station Service Air Dryers Purchase
    Buyer not available
    The U.S. Army Corps of Engineers (COE) is seeking proposals from qualified small businesses to supply and install two Zeks Model 800 HSG air dryers at the Bonneville Lock and Dam in Cascade Locks, Oregon. This procurement aims to replace the out-of-service air dryers that are critical for the operation of recently replaced air compressors, ensuring continued support for essential power generation equipment. The contract, estimated at $56,710.00, requires delivery within 30 days of award and includes provisions for a factory-trained technician to assist with start-up, along with warranties for the equipment. Interested vendors should direct inquiries to Raymie Briddell at raymie.l.briddell@usace.army.mil, with proposals due in accordance with the solicitation guidelines.