Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2025 SAM #8616
SOLICITATION NOTICE

Z -- Little Goose Unit 3 Hub Shaft Repair

Notice Date
6/27/2025 1:49:02 PM
 
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
08/15/2025
 
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 2 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. The solicitation will be issued as an Invitation for Bids (IFB) with Definitive Responsibility Criteria in accordance with FAR Part 14. The IFB will result in award of a firm fixed-price 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 15 July 2025. The proposal due date will be contained in the solicitation and any solicitation amendments that may be used. 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 Beta.sam.gov response date listed elsewhere in this synopsis is for the Beta.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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/54ab503f70d44a61a89f5e508b43e045/view)
 
Place of Performance
Address: Dayton, WA 99328, USA
Zip Code: 99328
Country: USA
 
Record
SN07492017-F 20250629/250627230042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.