SOLICITATION NOTICE
54 -- Little Goose Unit 3 Hub Shaft Repair
- Notice Date
- 7/30/2025 11:39:18 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF25BA013
- Archive Date
- 09/15/2025
- Point of Contact
- Richard W. Bonnell, Cynthia Jacobsen, Phone: 5095277214
- E-Mail Address
-
richard.w.bonnell@usace.army.mil, cynthia.h.jacobsen@usace.army.mil
(richard.w.bonnell@usace.army.mil, cynthia.h.jacobsen@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This work is for the repair of an oil leak at the turbine shaft to Kaplan hub connection of Little Goose Powerhouse's Unit 3. Work involves containment of three leak paths as described in SECTION 48 13 13.04 26 EXISTING TURBINE COMPONENT, REFURBISHMENT AND REPLACEMENT. Repairs include fabrication and installation of a sealing ring at the hub connection to the turbine shaft (OD of flange); installation of stainless steel tubing; and welding of thirty (30) caps for sealing the tops of the coupling bolts and nuts. The Contractor will not be required to disassemble or reassemble any existing components. The work will take place in the powerhouse of Little Goose Dam. Little Goose Dam is located on the Lower Snake River near Starbuck, WA. The powerplant consists of six main generating units. This work will only be required for Unit 3. TIME FOR COMPLETION: The work shall be completed for Unit 3 to include all repairs, testing and inspections by no later than 90 calendar days following Notice to Proceed. Performance and payment bonds will be required. The magnitude of the project is estimated to be between $250,000 and $500,000. Sustainability requirements will be contained in the solicitation and resulting contract. This acquisition will be subject to Federal Acquisition Regulations clause 52.225-9 Buy American-Construction Materials. Solicitation documents for IFB No. W912EF25BA013 will be posted to the Beta.sam.gov website on or around 13 August 2025. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. The award will be made as a firm fixed-price. This procurement will be solicited as Unrestricted. A small business subcontracting plan is required. The NAICS code for this procurement is 237990, Other Heavy and Civil Engineering Construction. The small business size standard is $39,500,000. A site visit will be offered. Important Note: The sam.gov response date listed elsewhere in this synopsis is for the sam.gov archive purposes only. It has no relationship to the actual proposal submission date. The proposal submission date will be contained in the solicitation and any solicitation amendments that are issued in the near future. When issued, the solicitation documents for this project will be available via Beta.sam.gov. NO CD�s� OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking the referenced page for any update(s) to the Notice. 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 solicitation, you MUST log in to Beta.sam.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 Beta.sam.gov. ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B). Send this information by email to Richard.w.bonnell@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9dc16dabba0d4d13a58fb7ab32606309/view)
- Place of Performance
- Address: Dayton, WA 99328, USA
- Zip Code: 99328
- Country: USA
- Zip Code: 99328
- Record
- SN07530513-F 20250801/250730230106 (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 |