John Day Dam Turbine Runner Replacement and Generator Rewind Project-95% Review

expired opportunity(Expired)
From: Federal Government(Federal)
W9127N24R0001

Basic Details

started - 07 Apr, 2023 (13 months ago)

Start Date

07 Apr, 2023 (13 months ago)
due - 18 Mar, 2023 (13 months ago)

Due Date

18 Mar, 2023 (13 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W9127N24R0001

Identifier

W9127N24R0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)USACE (38243)NWD (6952)US ARMY ENGINEER DISTRICT PORTLAND (1254)

Attachments (7)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

General. This is a PRESOLICITATION NOTICE and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2.Notice Details. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (NWP) is seeking Industry review of the 95% plans and specifications documents. The North American Industrial Classification Code (NAICS) for this potential requirement would be 237990, “Other Heavy and Civil Engineering Construction”. The related size standard is $45M.Project Site Background/Scope. The purpose of this requirement is to provide a hybrid design, manufacturing, and construction type contract with an estimated magnitude of over $500,000,000 for the turbine runner replacement and generator rehabilitation of up to sixteen turbines and generators and John Day Dam, spanning the Columbia River between Washington and Oregon. The goals of the project are to address
decreasing reliability and efficiency of the hydroelectric generating units and to maximize the net economic benefits over the next several decades, while maintaining an acceptable level of operational flexibility, all within the hydraulic and environmental constraints imposed on the project. Economic benefits will be realized through increasing reliability and efficiency of the hydroelectric generating units after replacing existing turbines with improved fish passage turbines that provide improved power generating efficiency, rewinding the generators, and replacing and refurbishing other powertrain equipment. The design of the state-of-the-art turbines will be an iterative and collaborative process that focuses on improved fish passage design features and criteria to improve survival of turbine-passed fish. Finally, this project will decrease the risk of oil entering the water passageway and river through improved sealing technologies, design considerations for new adjustable-blade turbine runners, and the introduction of some fixed-blade turbine runners.Anticipated period of performance: Portland District anticipates soliciting the requirement in June 2024. The contract will include three main stages of performance: design, manufacture/fabrication, installation/on-site work. These stages will begin in approximately 2025 for a period which could exceed fifteen years.Acquisition Strategy Method. Portland District intends to award a Fixed-Price “C” type contract as described below.Fixed-Price Contract w/ EPA – The Government, at time of contract award, would have a defined requirement with optional CLINs which may or may not be exercised dependent upon final design elements. Each CLIN would include a schedule and scope, each of which may require modification should there be changes in either.Communications for Industry. Portland District is interested in feedback from interested firms capable of performing as a prime contractor on the requirement. NWP is offering qualified firms the opportunity to schedule one-on-one time with the Government to either give a presentation or have open dialogue about the specs/solicitation provided. To protect the confidentiality of our industry partners, while encouraging candid and open discussions, the requirement for firms to upload their feedback in ProjNet is hereby removed. Upon solicitation issuance, all comments or inquiries shall be submitted in ProjNet without exception. Firms interested in scheduling a one-on-one must follow the submission instructions below to coordinate a date and time for a 2-hour one-on-one discussion, which Portland District will host via teleconference or Webex meeting, to discuss the requirement, the firm’s capabilities, and any recommendations.Portland District will schedule one-on-ones on a rolling basis, in March/April 2023, as it receives responses to this announcement. This announcement closes March 17, 2023 at 5:00 P.M. PDT. Portland District hopes to conclude all one-on-ones by close of business April 15, 2023. Submission Instructions. To be offered a 2-hour one-on-one session with the Government, interested parties must contact the POC listed on this announcement via email, in the following format:SUBJECT: “JD TRGR – 95% Industry Review - One-on-One Request”CONTENT: Responses to the following questions are a condition for receiving a one-on-one invitation: Contractors’ responses shall be limited to 10 pages and shall include the following information:Firm's name, address, point of contact, phone number, e-mail address, CAGE & DUNS numbers, and Construction Bonding LevelA summary of any projects the contractor has performed and deems of similar complexity and with similar features and scope (over $500M) within the past 12 yearsThe firm’s interest in proposing/bidding on the requirement, should it be solicitedAdditional concerns the firm has which may influence solicitation evaluation criteria or risk reduction strategies and would like to discuss in the one-on-one. POCs: Aragon.N.Liebzeit@usace.army.mil and Carolyn.J.Randolph@usace.army.milRESPONSE DUE DATE/TIME: All responses are due to the POC on or before 5:00 P.M. PDT on 17 March 2023. Responses received after this date/time will not be given an opportunity for a one-on-one discussion.*PLEASE NOTE: The Government will use information discussed in one-on-ones for its own purposes and in making decisions concerning development of the solicitation, but no responses will be released publicly.As this is a 95% Review, the Government does not maintain that all applicable clauses are included. In the final solicitation there will be two designations identified for applicable clauses; one for Supply clauses and the other for Construction clauses.Disclaimer. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Presolicitation Notice or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted.

Rufus ,
 OR  97050  USALocation

Place Of Performance : Rufus , OR 97050 USA

Country : United StatesState : Oregon

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode Z2KAREPAIR OR ALTERATION OF DAMS