The RFP Database
New business relationships start here

Howard A. Hanson Dam Spillway Gates Retrofit


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

POINT-OF-CONTACT:

The point-of-contact for administrative or contractual questions is Contract Specialist Monique Paano at email: Monique.A.Paano@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact.


FOR INFORMATION ONLY:
This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing via email to Ms. Paano at the email indicated above.


Description of Work (physical characteristics):


Howard A Hanson Dam (HAHD) is a flood control and water storage project located on the Green River in Western Washington State. In addition to protecting downstream cities such as Kent, Auburn, Renton, and Tukwila from flood damage, the dam is also located in the drinking watershed for the City of Tacoma.
HAHD has a gated spillway with 2 spillway gates. The spillway is used during extreme flood events to prevent overtopping of the dam. In order to remain operational and meet current guidance, the gates need to undergo maintenance and retrofits. The following items are expected to be completed as part of this retrofit project:
• STRUCTURAL RETROFITS: In-place strengthening of gate main arms and strengthening of gate curved plate-stiffening ribs for a fracture critical structure. Field welding and field bolting will be required for all structural work in accordance with fraction critical design. Field fitting of structural material will be required.
• HOIST MACHINERY REPLACEMENT: Replace the entire hoist machinery system (including motors, brakes, couplers, wire rope drums, gear reducers, load limiting devices, and all ancillary items). Replace existing mechanical platform.
• REPLACE TRUNNION PIN AND BUSHING: Secure the gates, remove the existing trunnion pin and bushing, and install new pins and bushings.
• REPLACE WIRE ROPES AND ATTACHMENT CONNECTION: Remove existing wire ropes and existing gate attachment connection. Install new gate attachment connections, new wire ropes, and individually tension each rope.
• PROVIDE NEW RUBBER SIDE SEALS: Removing existing steel side angles and install new rubber j-bulb seals. Re-surface the existing embedded stainless steel plates, filling with weld and grinding smooth.
• INSTALL NEW GATE ROLLERS: Install (4) new rollers on each gate.
• COATING: Sandblast existing and re-apply new coating to the entire gate structure (including plates, structural steel shapes, bolts, washers, welds, and all other miscellaneous metal parts, hoist machinery, hand rails, and other downstream appurtenances). Protect all concrete in the vicinity of sandblasting from damage or discoloration. Because this dam is within the drinking watershed, containment will be critical. Water shall be kept from being contaminated by spillway gate rehabilitation operations.
• ELECTRICAL RETROFITS: Replace the entire control system associated with each gate with a new control system to include but not limited to control cabinets, control switches, wiring, control devices, and provide other electrical work required to support the new hoist equipment.


The magnitude of construction is estimated to be between $5,000,000 and $10,000,000. The resulting contract will be firm-fixed-price.


Solicitation number W912DW19R0004 will be posted to the Federal Business Opportunities (FBO) website, www.fbo.gov, on or about 13 Feb 2019. The solicitation will be a Request for Proposals. Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. See the solicitation for details about proposal submission. The NAICS code for this procurement is 237990, Other Heavy and Civil Engineering Construction, and the associated small business size standard is $36,500,000 in average annual receipts. The solicitation will be issued as a 100% Small Business Set-Aside.


A site visit will be offered within approximately 2 weeks after the solicitation is made available via FBO. Refer to the solicitation for details regarding the site visit.


The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the FBO website at www.fbo.gov under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document(s) posted at the referenced website. To obtain automatic notifications of updates to this notice, you must log in to www.fbo.gov and add the solicitation to your Watchlist. If you would like to list your firm so others can see you are an interested vendor, you must click the Add Me To Interested Vendors button in the listing for this solicitation on www.fbo.gov.


The FBO Response Date listed elsewhere in this synopsis is for FBO archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued.



IMPORTANT NOTICE:
All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.


SITE VISIT INFORMATION FOR FOREIGN NATIONALS:
Due to the increase in processing time for RVA's (Request for Visitation Authority), we unfortunately cannot accomodate Foreign Nationals at the site visit. 


Monique Paano, Contract Specialist, Phone 206-764-6084, Email monique.a.paano@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP