SOLICITATION NOTICE
Y -- Chief Joseph Dam Spillway Sump Pump and Controls
- Notice Date
- 1/23/2023 10:58:28 AM
- Notice Type
- Solicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SEATTLE SEATTLE WA 98134-2329 USA
- ZIP Code
- 98134-2329
- Solicitation Number
- W912DW22R0009
- Response Due
- 2/1/2023 9:00:00 AM
- Archive Date
- 01/23/2024
- Point of Contact
- Geraldine Kemp, Phone: 206-764-6659, Robert Gonzalez, Phone: 2063163168
- E-Mail Address
-
geraldine.l.kemp@usace.army.mil, robert.l.gonzalez@usace.army.mil
(geraldine.l.kemp@usace.army.mil, robert.l.gonzalez@usace.army.mil)
- Awardee
- null
- Description
- Chief Joseph Dam Spillway Sump Pumps and Controls The proposed project will be a competitive, firm-fixed price construction project.Magnitude of Construction is between $1 to $5 millionThe North American Industrial Classification System code is 237990, which has a size standard of $39.5 million.The contract is anticipated to be awarded in First Quarter of 2023.The Seattle District, U.S. Army Corps of Engineers has a requirement to increase the spillway sump pump capacity to keep up with current spillway water intrusion at Chief Joseph Dam, Bridgeport, Washington. To increase the spillway dam sump pump capacity the existing pumps and controls will be removed and replaced along with associated piping and valves. Inflows from previous years indicate that August, September, and October are the optimal months to perform this work as those are generally the lowest inflow periods of the year. The implementation of the proposed project would need to be phased to ensure continuity of drainage. The sump pump system is an important safety system at the CJD as it removes water intrusion from the horizontal and vertical concrete joints in the spillway. Dam structural failure is possible if water intrudes into the monolith concrete joints.The proposed work includes removal and replacement of the following: 1) Two existing Vertical Line-Shaft Vertical Pumps, 2) Six Existing Submersible Pumps, 3) Associated Piping and Valves, 4) Existing Control Equipment with a redundant sensor system and 5) Electrical System components, such as circuit breakers and conductors to serve the new equipment power needs. Additional features of work include: 1) Structural and Concrete Work to include core drilling up to 14 inches and grated walkway replacement, 2) Sump Shaft debris removal and 3) Installation of an Electric Hoist System.The expected construction duration is 18 months. Work restrictions will be in place for this requirement with the intent of ensuring the sump pump capacity is available for continuity of drainage. Construction will need to be staged and scheduled so that USACE dam operations are not impacted.After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/ and https://piee.eb.mil/.In order to download the solicitations and amendments in PIEE, there are 10 general steps a vendor must follow. A complete list can be viewed at the following site:https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5For instructions on how to post an offer, please refer to the Posting Offer demo:https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf.It is the Offerors responsibility to monitor the https://sam.gov/ and PIEE at https://piee.eb.mil web sites for amendments to the solicitation. You must be registered with the System Award for Management (SAM) and PIEE, to receive a government contract award. The Government reserves the right to use only the Internet as notification of any amendments to this solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0f015bfddae6490fac051737150d591a/view)
- Record
- SN06570652-F 20230125/230123230106 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |