The U.S. Army Corps of Engineers, Walla Walla District, is seeking business sources for a service requirement entitled: "Ice Harbor Dam Navigation Lock Gate" for award of a base contract. This is scheduled to be issued as a Firm Fixed Price Service Contract. The North American Industry Classification System (NAICS) code for this project is 332312 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.
SUMMARY SCOPE OF WORK:
The work consists of the following major elements:
- Perform Metrology to document the existing Navigation Lock conditions to prepare for fabrication of the Navigation Lock Upstream Gate.
- The fabrication, painting, and delivery of one Navigation Lock Upstream Gate. The Tainter Gate is approximately 93’ long by 22’ tall by 21’ deep and weighs approximately 210,000 lbs. The Gate will be fabricated from various size structural steel materials and other miscellaneous components.
- The fabrication, painting and delivery of two Trunnions Yokes. The Yokes are approximately 3’long X 3’ wide X 2’ deep. Each Trunnion Yoke weighs approximately 3,000 lbs each.
- The design, fabrication and delivery of the Lifting and handling gear required to pick and set the Navigation Lock Upstream Gate on cradles at the Ice Harbor Dam storage site.
- The design, fabrication and delivery of storage cradles to support the Gate at the Ice Harbor Dam storage site.
- Seals
- As part of this scope, the Ice Harbor Upstream Gate is to be delivered, unloaded and supported on cradles for storage at the Ice Harbor Dam Storage Yard. The anticipated storage location will be on the north bank of the river, downstream of the navigation lock.
SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS:
(1) Your intent to submit a quote, bid, or proposal for this project when it is formally advertised.
(2) Name of firm with address, phone and point of contact.
(3) CAGE Code, UEI number or a copy of your System for Award Management (SAM) information.
(4) 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.
(5) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in similar work, up to three (3) Project examples demonstrating similar work to the Summary of Scope of Work, within the last ten (10) years.
- For each project submitted, provide a brief narrative statement of the work involved, your firm’s role in the project, Contract number if available, the dollar value, and the completion date. If you have supplied a similar type item(s), please share contract or project information and the related industry.
- Provide a brief narrative/description of how the project examples relate to the Summary of Scope of Work. Also include whether your firm was the prime contractor or subcontractor, percentage of work performed by your firm and NAICS code associated with project.
- 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.
(6) Please provide a statement on the approximate percentage of work expected to be subcontracted for these services.
(7) If bonding is required for this opportunity, would your company still be intersted in submitting a quote/bid/proposal? If not, please explain.
(8) Are there any market conditions or industry practices that you feel the Government needs to be aware of?
(9) What is the anticipated lead time for delivery of described fabricated item(s)?
(10) Please provide feedback on the scope of work. Does your firm have any questions or comments that you would like to share with the Government?
REQUIREMENTS:
1. The fabricating plant and fabricator must be certified under AISC (American Institute of Steel Construction) Quality Certification Program, and must be designated an AISC Certified Plant, Category CBR: Major Bridge Fabrication, IBR: Certified Bridge Fabricator-Intermediate, ABR: Certified Bridge Fabricator-Advanced or HYDA: Certified Metal Hydraulic Fabricator with a fracture control endorsement (FCE or FCEH, as applicable) at time of bid and for the duration of the contract. The fabricator or fabrication plant must possess five years documented experience on projects of similar scope. Submit copies of the AISC certificate indicating that the fabrication plant meets the specified structural steelwork category and documented experience. The nonstructural items such as rubber seals are excluded from the AISC fabricator certification requirement.
Projects of similar scope consist of having fabricated structures with the following minimum requirements:
- Weight of 75-Tons or greater.
- Welding on Member thicknesses of 1/2-inch or greater.
- Length, width, or height of structure of at least 90-ft.
- Minimum tolerances of +/- 1/8-inch out of parallel over at least 10-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 (AMPP) 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.
In addition, the painting contractor must possess five years documented experience on projects of similar scope. 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.
---
Capabilities package/response submittal must be received no later than 11:00 AM Pacific Time on 22 July 2025. Any information submitted is voluntary. Submit this information to Mary Seiner via email to Mary.L.Seiner@usace.army.mil.
---