Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2025 SAM #8648
SOLICITATION NOTICE

96 -- Pre-Solicitation: Albeni Falls Dam Spillway Gate Replacements

Notice Date
7/29/2025 10:08:52 AM
 
Notice Type
Presolicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
W071 ENDIST SEATTLE SEATTLE WA 98134-2329 USA
 
ZIP Code
98134-2329
 
Solicitation Number
W912DW25R0028
 
Response Due
8/13/2025 10:00:00 AM
 
Archive Date
08/28/2025
 
Point of Contact
Hien Ho, Robert Gonzalez
 
E-Mail Address
hien.ho@usace.army.mil, robert.l.gonzalez@usace.army.mil
(hien.ho@usace.army.mil, robert.l.gonzalez@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The point-of-contact for administrative or contractual questions is Contract Specialist, Hien Ho at hien.ho@usace.army.mil and Contracting Officer, Robert Gonzalez at robert.l.gonzalez@usace.army.mil. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. This Synopsis/Pre-Solicitation Notice is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming. All questions regarding this Synopsis/Pre-Solicitation should be submitted in writing via email to Ms. Ho and Mr. Gonzalez at the emails indicated above. OVERVIEW: The Seattle District, U.S. Army Corps of Engineers has a requirement to replace existing steel spillway gates at Albeni Falls Dam (AFD), Oldtown Idaho. AFD is a concrete gravity structure consisting of two main sections, the spillway and powerhouse. The spillway with a total of 10 spill-bays, which are controlled by 32 feet high by 41 feet wide vertical steel lift gates. These gates consist of an upper and lower leaf. One additional gate is available with each leaf being stored at the top of a maintenance slot to be used during emergencies or when maintenance is required on another gate. The project is seeking to fabricate replacement gates. Replacement spillway gates components include offsite fabrication of eleven (11) new vertical lift steel spillway gates, including paint, non-destructive testing (NDT), seals/seal heaters, cathodic protection, wheels, dogging and latching mechanisms. Contractor shall fabricate two (2) new lifting beams for new spillway gates including paint, NDT, and three (3) electric gear motor driven actuators for latching and dogging mechanisms on lifting beam and gates. Mobilize/demobilize a crane to transition each leaf of the gate(s) from truck and trailer to the gate stands near the powerhouse and intake gantry crane in the vertical position. The Operating project will use the intake gantry cranes to transfer and install the gate into the designated slot. Contractor shall verify the new spillway gate, lifting beam equipment, and electrical features are properly fitted and tested. Contractor shall remove and disposal of the existing spillway gates and appurtenances once the new gates are placed in service. Delivery of new fabricated gates need to be staged and scheduled so that USACE dam operations are not impacted. The magnitude of construction is estimated to be between $25,000,000 and $100,000,000. The resulting contract will be Firm Fixed-Price. Solicitation number W912DW25R0028 will be posted to the sam.gov website on or about 15 AUG 2025. The Government intends to solicit this requirement as a Request for Proposals (RFP). Proposals will be due no sooner than 30 calendar days after actual solicitation issuance date. See the solicitation for details about proposal submission. The NAICS code for this procurement is 332312, Fabricated Structural Metal Manufacturing, and the associated small business size standard is 500 employees. The solicitation will be issued as a 100% Small Business Set-Aside. The solicitation documents for this requirement will be issued in electronic format only and will be made available online via the SAM website at www.sam.gov and PIEE website at https://piee.eb.mil. under the subject solicitation number. NO CD's OR HARD COPIES WILL BE AVAILABLE. Offerors are responsible for checking for any update(s) to the Notice/Solicitation. 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 notice, you must log in to www.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 sam.gov. The sam.gov Response Date listed elsewhere in this synopsis is for SAM archive purposes only. It may have no relationship to the actual solicitation due date. The solicitation due date and time will be contained in the solicitation and any solicitation amendments that are issued. IMPORTANT NOTICE: All contractors proposing on Department of Defense (DoD) solicitations must be registered in the System for Award Management (SAM) database prior to award of a contract. The purpose of this database is to provide basic business information and capabilities to the Government. The SAM website can be accessed at www.sam.gov. Contractors are encouraged to register as soon as possible. All new contracts can be made ONLY to contractors who are registered in SAM. This requirement applies to all DoD contract awards.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b5c782fc56214b1191fa5a7bc997f924/view)
 
Place of Performance
Address: Oldtown, ID 83822, USA
Zip Code: 83822
Country: USA
 
Record
SN07529000-F 20250731/250729230106 (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.