Skip to main content

An official website of the United States government

You have 2 new alerts

McNary Dam Turbine Draft Tube Slot Filler

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jan 07, 2025 09:39 am EST
  • Original Response Date: Jan 22, 2025 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 06, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5450 - MISCELLANEOUS PREFABRICATED STRUCTURES
  • NAICS Code:
    • 332312 - Fabricated Structural Metal Manufacturing
  • Place of Performance:
    Umatilla , OR
    USA

Description

The US Army Corps of Engineers, Walla Walla District is seeking sources to provide personnel, materials, supplies, equipment, transportation, supervision and other items and services for the following:  McNary Powerhouse Turbine Draft Tube Slot Filler.

The North American Industry Classification System (NAICS) code for this project is 332312 (Fabricated Structural Metal Manufacturing) and the associated small business size standard is 500 employees.

This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work.  THIS IS NOT A SOLICITATION.  Only those firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. 

a. A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Bidder Requirements.  For each project submitted, provide a brief narrative statement of the work involved, your firm’s role in the project, performance period, the dollar value and the completion date.  Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel.

b. A reference list for each of the projects submitted in a) above.  Include the name, title, phone number and email address for each reference.

c. Provide a statement of your firm’s business size (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. 

d. Provide a statement that your firm intends to submit an offer on the project when it is advertised.

e. Provide a statement of your firm’s bonding capacity.  A statement from your surety is NOT required.

f. Cage Code and SAM Unique ID number.

Submit this information to Alan Inglis, Contract Specialist, via email to:   Alan.n.Inglis@usace.army.mil

Summary of Scope of Work:

This project will include fabrication and delivery of 12 structural steel turbine draft tube slot fillers. This includes 6 sets, with each set containing one north and one south draft tube slot filler. The sets are mirrors of each other and are very similar structurally. Each draft tube slot filler uses welded ASTM A572 grade 50 structural steel plates, ASTM A1085 Hollow Structural Sections (HSS) steel, and has small UHMW components. Each slot filler is a picture frame shape approximately 35 ft wide, 20 feet tall, and 3 ft deep. There are 20 ft tall legs made from rectangular HSS as the sides to the picture frame shape. Each slot filler will weigh approximately 35,000 pounds, mostly consisting of steel. The first slot filler set requires an Epoxy Polysiloxane paint system and the remaining 5 sets require 5-E-Z vinyl paint. One test slot filler set will be delivered first. The test set will be installed, inspected, and tested by McNary project personal. If any design changes are needed, they will take place at this time. Once the test set is tested and any design changes are completed, the Contractor will be released to fabricate and deliver the remaining 5 sets.

Bidder Requirements:

1. The fabricating plant and fabricator is required to be certified under the AISC (American Institute of Steel Construction) Quality Certification Program with one of the following certifications:

  • ABR: Certified Bridge Fabricator – Advance
  • IBR: Certified Bridge Fabricator – Intermediate
  • HYD: Certified Metal Hydraulic Fabricator
  • BU:  Certified Building Fabricator

The contractor must be certified prior to award of this contract and must remain certified for the duration of this contract. Submit copies of the AISC certificate(s) indicating that the fabrication plant meets the specified structural steelwork category.

   1.1 In addition, the fabricator is required to have completed two projects of similar scope in the past ten years. Submit documentation for experience indicating that the fabrication plant has completed projects of similar scope as identified below.

Projects of similar scope consists of having fabricated structures with the following minimum requirements:

  • Weight of 15-Tons or greater.
  • Member thicknesses of 1/2-inch or greater.
  • Length, width, or height of structure of at least 20-ft.
  • Minimum tolerances of +/- 1/8-inch out of parallel over mat least 20-ft.
  • Adequate crane capacity capable of picking and maneuvering the structures within fabrication building.  Maneuvering the individual component includes any rotating about any axis of the structure that may be required for fabrication and weld distortion control.

2. The painting contractor must be certified by Association for Materials Protection and Performance (AAMP) with an SSPC QP 3 certification for all surface preparation and coating application. Submit a copy of the applicable certificates/endorsements. The contractor must be certified/endorsed prior to award of this contract and must remain certified/endorsed for the duration of this contract.

   2.1 In addition, the painting contractor is required to have completed two projects of similar scope in the past ten years. Submit documentation for experience indicating that the painting contractor has completed projects of similar scope as identified below.

Projects of similar scope consists of having painted steel structures with the following minimum requirements:

  • Application of USACE vinyl paint System No. 5-E-Z
  • Surface preparation of SSPC SP 5.

Dimensions: See attached file (Draft Tube Slot Filler Dimension Drawing.pdf).

Contact Information

Contracting Office Address

  • CONTRACTING DIVISION 201 NORTH 3RD AVE
  • WALLA WALLA , WA 99362-1876
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Feb 06, 2025 11:55 pm ESTSources Sought (Original)