SOLICITATION NOTICE
Y -- Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
- Notice Date
- 2/19/2025 11:50:27 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N24R0007
- Archive Date
- 03/05/2026
- Point of Contact
- Dana Western
- E-Mail Address
-
dana.m.western@usace.army.mil
(dana.m.western@usace.army.mil)
- Description
- Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project This is a pre-solicitation notice, not a solicitation for proposals, and NO contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this pre-solicitation notice or any follow up postings. The U.S. Army Corps of Engineers (USACE), Portland District has been tasked to solicit and award one firm fixed-price contract for the Bonneville Spillway Crane Rehabilitation Project. Project Description: The U.S. Army Corps of Engineers, Portland District has a requirement from Bonneville Power Administration to provide the rehabilitation of two 350-ton Spillway Cranes at the Bonneville Dam. The work is located in Skamania, Washington. This will be a firm-fixed-price, design build construction contract. The magnitude of construction is between $10,000,000 and $25,000,000. 100% performance and payment bonds will be required. The government expects to award one contract in December 2025. The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $45 Million. This solicitation is not set aside for small business, i.e. unrestricted and open to both small and large businesses The solicitation will follow the Two-Phase Design-Build Selection Procedures as outlined in FAR Subpart 36.3. A site visit will be offered during Phase II of the two-phase selection process. Only one site visit is expected to be offered. The solicitation is expected to be made available for download on the sam.gov Contract Opportunities website in March 2025. Offerors are responsible for checking the referenced page for any updates to the Notice. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. Proposals will be due approximately 30 days after the solicitation is posted. The exact proposal due date will be indicated in the solicitation. System for Award Management (SAM): Offerors must register in the SAM at https://sam.gov/content/home prior to receiving an award. Summary Scope of Work The scope of this project encompasses the rehabilitation of the two identical spillway gantry cranes, designated as Crane 5 (south) and Crane 6 (north), along with any incidental work related to the project. Each crane is a gantry type with a capacity of 350 tons, featuring four gantry legs, one main hoist trolley, and one auxiliary hoist trolley. The main hoist of each crane is rated for 350 tons. The main hoists are utilized for lifting the spillway gates and splitting the gates, whereas the auxiliary hoists are employed for lifting deck lids and other lighter loads. The rehabilitation work must ensure that the lifting capacities of each crane are preserved. Design: A 30% conceptual design package which conveys the Government�s design intent will be provided with the Phase II Solicitation. The design package will include schematic plans and specifications. Proposed design features include: Gantry Crane Rehabilitation Electrical Work Spillway Gantry Crane Mechanical and Structural Rehabilitation Operator Cabin The Contractor will be responsible for continuing this design package to completion. Provide as-built drawings for the new configuration of the existing spillway gantry cranes. Construction: Proposed construction features are divided into the following primary categories for this project includes: General: Replace: Operator Cab on Gantry Crane 5 and 6, including but not limited to hoist trolley and gantry travel controls inside the operator cab. Move distribution panels in operator cab to generator platform. Electrical Remove Gantry 5 & 6 decommissioned genset throttle control cable to cab on each Replace Runway conductor (bus bar power) and Collector (Bus Collector Shoes) system with cable reel system Main and auxiliary hoist control and brake system, travel control and brake system, and limit switch control system, bus collector shoes. Auxiliary hoist trolley power with a cable festoon on gantry 5 similar to the replacement that was done on gantry 6, diesel generators, power distribution panels in operator cab to generator deck, automatic transfer switches, lighting, receptacles, conduit (as needed), and the hoists� trolley and gantry travel control systems in the operator cab. Mechanical Rehabilitate: Hoist brakes, lower blocks (optional), upper blocks (optional), main hoist drums (optional) and final stage gearing (optional), lifting beams (optional), trolley brakes, and gantry drive motor brakes. Replace: Wire ropes for main and auxiliary hoists, auxiliary hoist motor, auxiliary hoist brake, auxiliary hoist speed reducer, trolley motors, gantry drive motors, and generator level roof panels (optional). Remove: Gantry 5 decommissioned fuel piping near operator cab. Structural: Rehabilitate: Re-paint and repair handrails as needed. Connection plates on Gantry 5 and 6 Auxiliary hoist support beams, surface corrosion and section lost on Gantry 5 and 6 Gantry 6, north face of the south leg Diagonal beam of Gantry 5 channel web Re-paint lifting beams. (optional) Touch up painting of the primary structure as needed to prevent further corrosion or concern for structural integrity. (optional) Replace: Contractor to design access to auxiliary hoist maintenance platforms on both Gantry cranes Damaged bracing over 3 feet of length of the Gantry 6 NW corner diagonal strut. Estimated duration for the contract will be approximately 26 months and is anticipated to start December 2025. Proposals will be evaluated under the Two-Phase Design Build Process, using the best-value trade-off process. The solicitation (request for proposal) posting will follow this synopsis and is anticipated to be posted on or about 6 March 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/48673c47f6474b0fb17bd1503a404018/view)
- Place of Performance
- Address: Cascade Locks, OR, USA
- Country: USA
- Country: USA
- Record
- SN07346554-F 20250221/250219230032 (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 |