Webbers Falls Unit 1 Speed Increaser Rehabilitation
ID: W912BV25RCY02Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST TULSATULSA, OK, 74137-4290, USA

NAICS

Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing (333612)

PSC

CONSTRUCTION OF EPG FACILITIES - HYDRO (Y1MD)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers' Tulsa District, is seeking potential contractors for the rehabilitation of the speed increaser at the Webbers Falls Powerhouse in Oklahoma. This project involves the design, fabrication, testing, and installation of new gear sets and related components, along with the disassembly and reassembly of the existing gearbox, as part of a future Design-build contract expected to be solicited around June 2025. The estimated contract value ranges from $5 million to $10 million, with a focus on engaging small businesses and diverse entities, including HUBZone and SDVOSBs, to foster competition. Interested firms must submit an Experience/Capabilities Statement by April 18, 2025, and should direct any questions or submissions to the primary contact, Clinton Yandell, at clinton.j.yandell@usace.army.mil or by phone at 918-669-4920.

Files
Title
Posted
The U.S. Army Corps of Engineers' Tulsa District is conducting a Sources Sought announcement for the complete rehabilitation of the speed increaser at the Webbers Falls Powerhouse in Oklahoma. This market survey aims to gather information on potential contractors for a future Design-build contract expected to be solicited around June 2025. The project entails the design, fabrication, testing, and installation of new gear sets and related components, as well as the disassembly and reassembly of the existing gearbox. The estimated contract value is between $5 million and $10 million, with a specific interest in engaging small businesses and diverse entities, such as HUBZone and SDVOSBs, to ensure competition and interest. Respondents are required to submit an Experience/Capabilities Statement, outlining their qualifications and relevant project experience, which should adhere to specified formatting guidelines. The submission deadline is set for April 18, 2025. Firms must be registered in the System for Award Management (SAM) to be eligible, and large businesses must include a Small Business Subcontracting Plan if applicable. Questions and submissions should be directed to the designated contact. This Sources Sought is a preliminary step in the contracting process and does not guarantee future work.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Northwest Division Powerhouse Life Safety Upgrades Phase 1
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Walla Walla District, is seeking interested contractors for the "Northwest Division Powerhouse Life Safety Upgrades Phase 1" project. This opportunity involves a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) aimed at renovating and upgrading life-safety systems at hydroelectric powerhouses across various locations in the Pacific Northwest, including Washington, Oregon, and Idaho. The total procurement value is anticipated to be $99 million, with the intent to award up to four contracts, each featuring a three-year base period and two optional two-year extensions. Interested firms must submit their responses by April 25, 2025, to Chandra D. Crow at chandra.d.crow@usace.army.mil, including a capability statement and relevant project experience.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, aimed at modernizing the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining the operational integrity of the dam, which plays a vital role in regional water management. Interested small businesses must submit sealed offers by April 25, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
Source Sought - LLA Fish Pump - Motor Rewind
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking responses from qualified businesses for a sources sought notice regarding the LLA Fish Pump - Motor Rewind project. This initiative involves the professional rewind and bearing redesign of three electric motors at the Lower Granite Lock and Dam, with a focus on enhancing reliability and performance to ensure effective fish passage. The project requires contractors to refurbish two 800 horsepower motors and one dual-speed motor (350/800 horsepower), adhering to specified timelines and shipping regulations in accordance with ASTM standards. Interested firms must submit a capabilities package by 11:00 AM (PST) on May 1, 2025, to Zachary S. Newby at zachary.s.newby@usace.army.mil, and must be registered in SAM to be eligible for future contract awards.
138 FW Repair Central and South Base Primary Electrical
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the Repair Central and South Base Primary Electrical project at the Tulsa Air National Guard Base in Oklahoma. This project involves the replacement of the underground electric distribution system serving various facilities, with a focus on ensuring compliance with local, state, and federal regulations while modernizing essential infrastructure. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated value between $1 million and $5 million, and funding is anticipated to be available prior to the award. Interested bidders must attend a pre-bid conference on April 10, 2025, and submit their bids by May 5, 2025, with inquiries directed to Joshua Kingori at 138.FW.MSC@us.af.mil or by phone at 918-833-7305.
Stoplogs and Lifting Beam for Copan Lake, OK
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Tulsa District, is preparing to solicit bids for the fabrication, painting, and delivery of four stoplogs and one lifting beam for Copan Lake, Oklahoma. This procurement is critical for maintaining the operational integrity of the lake's infrastructure, which plays a vital role in water management and flood control. The solicitation is set to be issued on or about April 16, 2024, with a closing date approximately 30 days thereafter, and is exclusively open to small businesses. Interested contractors must ensure they are registered in the System for Award Management (SAM) and include the applicable NAICS code 332312 in their profiles. For further inquiries, potential bidders can contact Miguel Martinez at miguel.a.martinez2@usace.army.mil or by phone at (918) 669-7366.
W.D Mayo Tainter Gate
Buyer not available
The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting bids for the repair of Tainter Gates at the W.D. Mayo Lock and Dam in Oklahoma. The contractor will be responsible for a total turn-key contract that includes all necessary repairs and incidental work, with the exception of setting the stoplogs, which will be provided by the government. This project is part of the McClellan-Kerr Arkansas River Navigation System, emphasizing the importance of maintaining infrastructure critical for navigation and flood control in the region. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details.
Little Goose Spare Transformers for Lower Snake River Plants
Buyer not available
The Department of Defense, through the US Army Corps of Engineers, is seeking proposals for the design, manufacture, and testing of generator step-up transformers for the Lower Snake River Plants, specifically the Little Goose Spare Transformers project. This procurement involves two types of transformers and will utilize a firm fixed-price contract strategy over an estimated period of 1,460 days, with a best value trade-off acquisition approach to ensure optimal proposals are selected. The project is critical for maintaining infrastructure reliability and efficiency, with anticipated solicitation and award dates set for March 2025 and July 2025, respectively. Interested parties can reach out to Alan Inglis at alan.n.inglis@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further information and guidance on participation.
WVA Electrical Switching Station
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking market research responses for the construction of the Electrical Switching Station-North project at Watervliet Arsenal in New York. The project aims to enhance the existing electrical infrastructure by installing a switching station capable of feeding 4,000 kW of power, along with the procurement and installation of four 2MW generators and associated facilities. This initiative is crucial for ensuring backup power during long-term outages, thereby increasing the Arsenal's power generation capacity from 4MW to 8MW. Interested businesses, particularly small businesses including 8(a), HUBZone, and Service-Disabled Veteran-Owned firms, must submit their qualifications and relevant experience by April 22, 2025, with an anticipated contract value between $25 million and $100 million and a project duration of approximately 1,081 days. For inquiries, contact Orlando Nieves at orlando.nieves@usace.army.mil.
Design-Bid-Build Holt Lock Monolith R14 Restoration
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the Design-Bid-Build Holt Lock Monolith R14 Restoration project located in Tuscaloosa, Alabama. The project involves comprehensive repair work on monolith R14, including tasks such as horizontal drilling, installation of post tension anchor bars, internal pressure grouting, and underwater concrete placement, all aimed at ensuring the structural integrity of the lock. This opportunity is significant as it addresses critical infrastructure needs within the civil engineering sector, with an estimated project value between $10 million and $25 million. Interested contractors are encouraged to attend a mandatory site visit on May 1, 2025, and must be registered in the System for Award Management (SAM) to access solicitation documents, which are expected to be issued the week of April 21, 2025. For further inquiries, contractors can contact Jennifer Suit at Jennifer.H.Suit@usace.army.mil or Eric Hurtado at eric.j.hurtado@usace.army.mil.
W912BV24R0003
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking to award a $5 million Single Award Task Order Contract (SATOC) for architect-engineering services focused on hydrologic and hydraulic engineering, modeling, and updates to water control manuals. This contract is crucial for supporting the Tulsa District's civil works missions, ensuring compliance with environmental regulations, and managing flood risks effectively. The necessity for these services is heightened by the potential risks to public safety and infrastructure integrity, particularly as only two firms were found to be highly qualified after market research indicated insufficient responses from a previous small business set-aside solicitation. Interested parties can reach out to Tyler Godwin at tyler.l.godwin@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil for further information.