This document, "Summary of changes for Amend -0001 Ice Harbor Navlock Upstream Tainter Gate - SUPPLY W912EF26BA001," outlines revisions to the specifications for a federal government Request for Proposal (RFP) related to the supply of materials for the Ice Harbor Navlock Upstream Tainter Gate. The amendments specifically update sections concerning Supplementary Requirements (01 11 01.00 28), Contractor Quality Control (01 45 04.00 28), and Painting: Hydraulic Structures (09 97 02.00 28). Key changes include revised paragraphs related to the Project Superintendent and Post-Award Conference, updates to the CQC System Manager and Initial/Additional Preparatory and Initial Phases, and modifications regarding the Qualified Shop Painting Contractor and Certification Test Procedure.
The document outlines supplementary requirements, quality control, and painting specifications for the Ice Harbor Navlock Upstream Tainter Gate - SUPPLY project (W912EF26BA001). Key aspects include detailed requirements for contract commencement, field verification of site conditions, and precise delivery instructions for the tainter gate between June 14, 2027, and July 15, 2027. It mandates a comprehensive Contractor Quality Control (CQC) plan, including personnel qualifications, a three-phase control system (preparatory, initial, and follow-up), and extensive documentation and testing procedures. Various post-award meetings are required, covering CAD coordination, metrology, prefabrication, pre-painting, pre-delivery, and RMS orientation. The document also specifies detailed painting requirements for hydraulic structures, including qualifications for painting contractors and applicators, special paint formulas, and application/inspection protocols. Weekly production meetings with progress photos and meeting minutes are also mandatory.
This government file outlines the
The document outlines the design and fabrication specifications for an Upstream Tainter Gate for the Navigation Lock at Ice Harbor Lock and Dam on the Snake River, spanning Oregon, Washington, and Idaho (Solicitation No. W912EF26BA001, dated November 2025). This project, managed by the Walla Walla District of the U.S. Army Corps of Engineers, details the structural components, welding requirements, and dimensional tolerances for the gate. Key aspects include material specifications (ASTM A709 F-2 Grade 50 steel for the gate and ASTM A668 Class D for trunnion hubs), welding standards (AWS D1.5), and quality certifications for fabricators (AISC). The file provides detailed plans for the gate's assembly, including diaphragm, rib, girder, and trunnion hub details, along with site plans and general notes regarding contractor operations and safety at the Ice Harbor Lock and Dam project. The gate itself will not be installed under this contract, but its design and fabrication are crucial for future installation.
The provided government file, likely part of an RFP or grant application, details engineering plans for a navigation lock and associated tainter gates. The file is structured into several sections, primarily focusing on the masonry plan of the navigation lock itself, specifically Monoliths 5 and 6, and the intricate details of the tainter gates. Key documents include plans and sections for Monoliths 5 and 6, their elevations and details, and specific designs for the tainter gate recess. Furthermore, the file extensively covers the tainter gates, outlining sectional plans, elevations, side seals, bottom seals, truss designs, skin plate and truss bracing details, trunnion details, heating and holding anchor details, and extension plates for the tainter valve side seal. This comprehensive documentation indicates a project requiring precise construction and installation of these critical water control structures.
An organized site visit for the Ice Harbor Lock and Dam is scheduled for Thursday, November 13, 2025, at 11:00 AM, located at 2339 Monument Drive, Burbank, WA 99323. Offerors are required to inspect the site to understand conditions affecting contract performance. Attendees must meet on the North side of the dam and can park on the North earth embankment outside the entrance gate. Those planning to attend must RSVP by 1:00 PM on Wednesday, November 12, 2025, to Mary.L.Seiner@usace.army.mil or by calling (509) 527-7228. The RSVP must include the company name and cage code, the number of attendees, and each person's name. All attendees must have photo identification, and no substitutions are allowed. Failure to RSVP or present identification may result in denied access. Participants must comply with the U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1), including wearing required personal protective equipment. No foreign nationals will be allowed to attend due to time constraints for security clearance.
The U.S. Army Corps of Engineers (USACE), Walla Walla District, is issuing a brand name justification for proprietary ingredients within a vinyl paint system for the Ice Harbor Dam Upstream Tainter Gate Fabrication project. This action is a new firm-fixed-price contract for non-commercial supplies. The vinyl paint system, specified in UFGS 09 97 02, contains brand name ingredients from Kronos, Elementis Specialties, Wacker Chemie AG, Momentive Performance Materials Inc., and Dow Corning Corporation, which have been tested and approved by USACE Construction Engineering Research Laboratory (CERL) for underwater steel structures. These specific ingredients are deemed essential due to decades of performance testing, indicating that alternatives would result in an inferior protective coating. The justification cites FAR 6.302-1 and 10 U.S.C. 3204(a)(1) as authority, emphasizing that no other supplies will satisfy USACE requirements, as alternative coatings offer reduced performance and shorter service lives, leading to increased long-term maintenance costs. Efforts to obtain competition, including a Request for Information, have not yielded suitable alternatives. While the overall paint system can be procured from multiple manufacturers, the proprietary nature of key ingredients necessitates this brand name approach to ensure the required 30+ year lifespan of the protective coating.
This government solicitation, W912EF26BA001, issued by the US Army Engineer District Walla Walla, is a sealed bid Invitation for Bid (IFB) for the fabrication, metrology, delivery, off-loading, storage, and fencing of an Upstream Tainter Gate and Storage Cradles for the Ice Harbor Dam Navigation Lock. The solicitation was issued on November 7, 2025, with offers due by December 9, 2025, at 11:00 AM local time. Key requirements include contractor certifications under AISC for fabrication (IBR, ABR, or HYDA with Fracture Control Endorsement) and AMPP QP3 accreditation or AISC CCE-1 endorsement for painting. The period of performance for metrology is March 21-25, 2026, and for delivery, off-loading, storage, and fencing, May 3 to July 15, 2027. Fabrication of the Tainter Gate and Storage Cradles has a delivery deadline of July 15, 2027. All inspections and acceptances will occur at the Ice Harbor Lock and Dam in Burbank, WA. The contract includes various FAR and DFARS clauses, notably those concerning Federal Acquisition Supply Chain Security Act Orders, progress payments, and a one-year warranty on supplies of a complex nature. Small business preferences, including for HUBZone concerns, are also detailed.
This amendment to Solicitation Number W912EF26BA001, issued by the US Army Engineer District Walla Walla, updates language in the Instructions to Offerors (Section L), FAR clause 52.246-11 (Section E), and Technical Specifications for a Navigation Lock Upstream Tainter Gate. Key changes include extending the bid due date from December 9, 2025, to December 12, 2025, and updating the bid opening to December 15, 2025. The amendment details requirements for contractor certifications (AISC and AMPP) for quality control, outlines electronic bid submission instructions, and specifies conditions for payment and performance bonds. It also clarifies tax exemptions for foreign contractors and the process for bidder inquiries via ProjNet.