Chandler Dam Turbine and Pump Overhaul
ID: 140R1725Q0004Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONGRAND COULEE POWER OFFICEGRAND COULEE, WA, 99133, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)
Timeline
    Description

    The Department of the Interior's Bureau of Reclamation is seeking contractors for the Chandler Dam Turbine and Pump Overhaul project, which involves extensive repairs and modifications to a turbine and pump at the Chandler Pumping Plant in Benton City, WA. The project requires the contractor to perform tasks such as turbine shaft modification, impeller repair, and the replacement of wear rings, adhering to industry standards set by organizations like ASME, ASTM, and AWS. This overhaul is crucial for maintaining the operational efficiency of water infrastructure, with a completion target set for April 1, 2025. Interested contractors must submit their proposals by October 22, 2024, at 5:00 PM Pacific Daylight Time, and can contact Malena Sanderlin at msanderlin@usbr.gov for further details.

    Point(s) of Contact
    Sanderlin, Malena
    (509) 633-9515
    (509) 633-9175
    msanderlin@usbr.gov
    Files
    Title
    Posted
    The document details specifications for a replacement shaft sleeve intended for a 2600 HP turbine at the Yakima Project in Washington, managed by the United States Department of the Interior's Bureau of Reclamation. It specifies that the shaft sleeve must be made of stainless steel with a Brinell hardness ranging from 250 to 300. Dimensions are outlined to be accurate at 70°F, ensuring proper fit and functionality. The document emphasizes the importance of safety and careful construction, reflecting federal standards in procurement processes. The focus is on ensuring that materials and design adhere to rigorous performance criteria, aiming to support the effective operation of the water infrastructure within the project.
    The United States Bureau of Reclamation's Columbia Cascades Area Office seeks contractor services for overhauling a turbine and pump at the Chandler Pumping Plant in Benton City, WA. The overhaul involves extensive repairs and modifications to a James Leffel & Co turbine and a Worthington Hydrocone pump, including turbine shaft modification, impeller repair, and the replacement of wear rings. The contractor is responsible for all required labor, materials, and equipment, while the government handles equipment disassembly and installation. All work must adhere to specific industry standards from organizations like ASME, ASTM, and AWS. The contractor must also assure the qualifications of welders and non-destructive examination personnel. Notably, the government will provide critical components such as a stainless-steel turbine runner and balancing equipment. The project outlines various tasks and timelines for each component's repair, detailing the delivery requirements for components and the overall acceptance criteria based on operational success. Completion is targeted for April 1, 2025. The process includes strict measurements, inspections, and approvals to ensure quality. This document exemplifies a government RFP, emphasizing compliance, accountability, and specific performance standards in public procurement projects.
    The provided document appears to lack substantial content, primarily consisting of short phrases: "PUMPT," "CAUTION RAMP," "CAUT," and a numerical sequence "0000." This suggests that it may relate to safety protocols or guidelines associated with pump systems and ramp constructions, possibly indicating cautionary measures. However, it does not present detailed information typically found in government request for proposals (RFPs) or grant documentation, which usually includes project objectives, funding opportunities, timelines, and evaluation criteria. In essence, the document seems to serve as a limited alert or directive rather than a comprehensive RFP, warranting further context to determine its connections to broader federal or local initiatives.
    This document outlines the contracting terms, provisions, and compliance requirements for federal RFPs and contracts concerning commercial products and services. Key elements include: 1. **Contracting Authority**: The Contracting Officer (CO) holds exclusive authority over contract modifications and decisions, supported by a designated Contracting Officer's Representative (COR) for technical oversight. 2. **Invoice Requirements**: Contractors must use the U.S. Department of the Treasury's Invoice Processing Platform (IPP) for electronic invoicing, ensuring all invoices meet defined compliance standards. 3. **Performance Assessment**: The Contractor Performance Assessment Reporting System (CPARS) facilitates the evaluation of contractor performance, stressing the importance of maintaining confidentiality and accuracy in performance evaluations. 4. **Security Requirements**: There are specific security protocols related to contractor personnel access to government facilities, including the issuance of identification cards and adherence to security measures. 5. **Statutory Compliance**: Contractors must comply with various statutes and executive orders, including clauses related to labor standards and ethical conduct. Overall, this document emphasizes accountability, compliance with federal regulations, and the importance of clear communication between contracting officers, contractors, and subcontractors throughout the contract lifecycle. Companies engaging in federal contracts must understand and adhere to these complex regulations to ensure effective contract management and fulfillment.
    The document outlines an amendment to a solicitation within the federal government's procurement process, specifically regarding contract modifications under the Bureau of Reclamation’s Pacific Northwest Region. The key purpose of this amendment is to append photographs and a drawing related to the project and to extend the solicitation closing date to October 22, 2024, at 5:00 PM Pacific Daylight Time. It details the requirements for acknowledging receipt of the amendment, including options for submission, and reiterates the importance of compliance to avoid rejection of offers. The document emphasizes that all previous terms remain unchanged unless explicitly stated, ensuring that the integrity of the bidding process is maintained. Furthermore, it includes administrative notes such as details about the contractor, the contracting officer, and the authority under which the amendment is issued. This amendment serves to clarify project requirements and facilitate clearer communication between the contracting agency and potential contractors, which is crucial in government RFPs to ensure transparency and integrity in the bidding process.
    The document is a Request for Proposal (RFP) issued by the Bureau of Reclamation for maintenance and repair services of pumps and compressors, specifically related to the Chandler Turbine and Pump Overhaul. The period of performance is from November 4, 2024, to April 15, 2025. Offerors are required to provide documentation of past experience with similar projects and are instructed to complete certain blocks in the proposal form. The RFP emphasizes compliance with federal regulations, including the incorporation of relevant Federal Acquisition Regulations (FAR). It outlines submission details, including the due date, solicitation number, and contact information for the contracting officer, Malena Sanderlin. The document conveys the federal government's commitment to pursuing effective contractors for essential infrastructure projects while adhering to established guidelines to ensure accountability and performance standards.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Z--TURBINE RUNNER CAVITATION REPAIR -- Nathaniel "Nat" Washington Power Plant, Gra
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors for a Turbine Runner Cavitation Repair project at the Nathaniel "Nat" Washington Power Plant located in Grand Coulee, Washington. The project involves repairs on six hydro-electric turbines (G19-G24) that have sustained cavitation damage, requiring damage assessments, welding, and restoration of runner contours. This initiative is critical for maintaining the operational efficiency of the hydroelectric facility, with a projected contract value between $5 million and $10 million over a five-year period. Interested small businesses, particularly those classified as 8(a), Woman-Owned, Service-Disabled Veteran-Owned, HUBZone, and Indian Small Business Economic Enterprises, must submit their responses, including contact information and relevant experience, by 5:00 PM Mountain Time on November 12, 2024, to the designated contact, Bill Roberts, at wroberts@usbr.gov.
    Y--Archimedes pump construction for Topock
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting proposals for the construction of a 60 cubic feet per second (cfs) pumping station at Topock Marsh within the Havasu National Wildlife Refuge in Mohave County, Arizona. The project involves the installation of an Archimedes Screw Pump, concrete structures, a dewatering system, and solar power modifications, with an estimated project cost ranging from $10 million to $15 million. This initiative is crucial for enhancing local water management capabilities and supporting ecological preservation efforts in the region. Interested contractors must submit their proposals by November 7, 2024, and can direct inquiries to Diane Rodriguez at DLRodriguez@usbr.gov or by phone at 702-293-8368.
    Z--Turbine Runner Cavitation Repair, Hungry Horse Field Office
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Region, is seeking qualified small businesses for a Turbine Runner Cavitation Repair project at the Hungry Horse Dam in Montana. The project involves assessing cavitation damage and executing necessary repairs on four Francis-type hydro-electric turbines that have been operational since 1950, with an estimated budget ranging from $1,000,000 to $5,000,000 for a five-year requirements contract. This initiative is crucial for maintaining the operational efficiency and longevity of the hydro-electric turbines, which play a significant role in energy production. Interested firms, particularly those classified as 8(a), HUBZone, Woman Owned, and Service-Disabled Veteran Owned, are encouraged to submit their capabilities and relevant past performance information to the primary contact, William Roberts, at wroberts@usbr.gov by the specified deadline.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified small business firms for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant in Washington. The project involves the complete design and construction of new crane structures, including the removal and disposal of existing cranes, installation of mechanical and electrical components, and ensuring compliance with safety regulations throughout the process. This initiative is part of the government's commitment to modernizing infrastructure and enhancing operational efficiency at critical facilities. Interested parties must submit their responses by email to Contract Specialist Stacey Hall at shall@usbr.gov by close of business on November 4, 2024, with an estimated project value between $10 million and $20 million.
    John Day Dam Generator Water Cooling System Rehab
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Portland District, is soliciting proposals for the rehabilitation of the Generator Cooling Water System at the John Day Dam, located in Rufus, Oregon. This project involves significant upgrades to the cooling systems of 16 generator units, including the replacement of air cooler and thrust bearing cooler components, installation of modulating valves, and the integration of new flow measurement technologies to enhance operational efficiency and prevent water infiltration issues. The John Day Powerhouse is a critical hydroelectric facility, and this rehabilitation is essential for maintaining its operational integrity and preventing future generator failures. Proposals are due by November 6, 2024, following a site visit on September 25, 2024, with an estimated project cost between $5 million and $10 million. Interested contractors can reach out to Andrew Sprys at andrew.j.sprys@usace.army.mil or Andrea Smothers at andrea.k.smothers@usace.army.mil for further information.
    Ice Harbor Dam Intake Gate Hydraulic System Upgrades
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Walla Walla District is preparing to solicit bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, located in Burbank, Washington. This construction contract, valued between $10 million and $25 million, aims to enhance the hydraulic systems at the Ice Harbor Dam along the Snake River, with a firm-fixed-price structure and a completion deadline set for February 28, 2028. Interested small businesses are encouraged to participate, as this opportunity is a Total Small Business Set-Aside, and proposals will be due approximately 30 days after the solicitation is posted on sam.gov, expected in October or November 2024. For further inquiries, potential bidders can contact Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    Chief Joseph Dam Upstream Monolith Joint Sealing
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is seeking qualified small businesses for a construction project titled "Chief Joseph Dam Upstream Monolith Joint Sealing" located in Bridgeport, Washington. The project aims to mitigate seepage into the spillway drainage galleries by installing new hydrophilic waterstops at specific spillway construction joints and performing underwater crack sealing to enhance the dam's structural integrity and safety. This construction effort is crucial for maintaining the Chief Joseph Dam's stability and is estimated to fall within a contract value of $1 million to $5 million, with work scheduled from November 2025 to February 2026. Interested firms must submit their capability statements by 10:00 AM PDT on October 31, 2024, to Xuejiao Sun at xuejiao.sun@usace.army.mil, and must be registered in the System for Award Management (SAM) to be eligible for government contracts.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is soliciting proposals for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. This procurement aims to secure a Best Value Trade Off (BVTO) for the project, with detailed requirements outlined in the attached solicitation documents, drawings, and specifications. The elevators are critical for the operational efficiency and safety of the dam, which plays a vital role in water management and power generation. Interested contractors can reach out to Geraldine Kemp at geraldine.l.kemp@usace.army.mil or by phone at 206-764-6659, or contact Scotty Britt at SCOTT.W.BRITT@USACE.ARMY.MIL or 206-764-3517 for further information.
    B. Everett Jordan Dam Bypass Pumping
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for bypass pumping services at the B. Everett Jordan Dam in North Carolina, with the solicitation number W912PM24R0022. The primary objective is to maintain a minimum water flow of 40 cubic feet per second (CFS) during inspections and repairs of the dam's outlet works tower, scheduled for January to February 2025. This procurement is critical for ensuring the integrity of the dam infrastructure while adhering to environmental safety protocols and operational efficiency. Proposals must be submitted electronically by November 15, 2024, at 4:00 P.M. Eastern Time, with all inquiries directed to Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Lower Granite Dam Turbine Intake Gate Hydraulic System Upgrades
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Walla Walla District is seeking contractors for the Lower Granite Dam Turbine Intake Gate Hydraulic System Upgrades project located in Pomeroy, Washington. This construction project involves significant upgrades to the hydraulic system at the dam, with a contract value estimated between $10 million and $25 million, requiring 100% performance and payment bonds. The project is critical for maintaining the operational integrity of the dam and ensuring safety standards, with the government planning to award a single firm-fixed-price contract in February 2024, and completion expected by April 30, 2028. Interested parties should contact Preston Jones at Preston.E.Jones@usace.army.mil for further details and must register in the System for Award Management (SAM) prior to receiving an award.