Skip to main content

An official website of the United States government

You have 2 new alerts

Ice Harbor & Little Goose Turbine Maintenance Platforms

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: Nov 12, 2024 10:14 am PST
  • Original Response Date: Nov 21, 2024 11:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 06, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5440 - SCAFFOLDING EQUIPMENT AND CONCRETE FORMS
  • NAICS Code:
    • 332312 - Fabricated Structural Metal Manufacturing
  • Place of Performance:
    Burbank , WA 99323
    USA

Description

The US Army Corps of Engineers, Walla Walla District is seeking sources to supply Turbine Maintenance Platform (TMP) elements for Ice Harbor Dam and Little Goose Dam. This will be a firm-fixed-price supply contract. The North American Industry Classification System (NAICS) code for this project is 332312 and the associated small business size standard is 500 employees.

Summary Scope of Work

The work includes fabrication, structural aluminum welding, and load testing of custom scaffolding, to include:

  • Two (2) new floating turbine maintenance platforms (TMP)
  • Two (2) new draft tube access platforms (DTAP)
  • One (1) new personnel hoist frame
  • Scaffolding for blade and cone access
  • Storage/transportation carts for all TMP and DTAP components

These custom scaffolding systems are used to access and maintain hydropower units. They are comprised of both standard aluminum shapes and welded, built-up members constructed of thin aluminum plate. The assembled tolerances are 1/8” for lengths exceeding 30 feet and 1/16” for lengths under 30 feet without machining. Prototypes will be contractually required to verify the dimensional tolerances can be met with the fabrication plan.

The Contractor must demonstrate experience in welding structural aluminum in compliance with Structural Welding Code - Aluminum (AWS D1.2/D1.2M) standards and in welding aluminum plate 1/8” and thinner utilizing the Gas Tungsten Arc Welding (GTAW) process. Bending and machining of aluminum will also be required.

All work will occur offsite at a contractor’s facility, and a commercial trucking company will be used to deliver the completed TMP elements to Ice Harbor Dam and Little Goose Dam. Upon delivery the Contractor will provide an onsite instructional demonstration on the TMP assembly, directing Government personnel in performing the setup.

THIS IS NOT A SOLICITATION. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. Firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please do not respond to this notice unless you will be responding to the solicitation.

  1. A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this scope, magnitude, and complexity. Include a statement detailing any special qualifications or certifications, applicable to this project’s scope, held by your firm and/or in-house personnel.
  2. A statement or list of your firm’s current or past technical experience similar to or the same as the summary scope of work for this requirement. Include a brief description of each project scope, schedule, and dollar value.
  3. A statement or list of your firm’s current or past performance similar to or the same as the summary scope of work.
  4. Business classification, e.g., Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Business Development Program participant, or Other Than Small Business (large business). IF YOUR FIRM IS A LARGE BUSINESS, please indicate the approximate percentage of the work that you would expect to subcontract to small business concerns.
  5. Name of firm with address, phone, and point of contact.
  6. System for Award Management (SAM) Unique Identification Number and CAGE Code.

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

  • Dec 06, 2024 09:04 pm PSTSources Sought (Original)