This email does not constitute a formal solicitation; this is only a request for your firm's capability to do the work provided in the Scope of Work Summary. Your firms are requested to submit a Capabilities Statement for the subject project, indicating your ability to perform the work and your intention to bid on the solicitation when it is issued. The construction project is entitled: Lower Monumental Bridge Crane Wheel and Drive System Upgrade. The work is located at the Lower Monumental Dam, Kahlotus, Washington. The North American Industry Classification System (NAICS) code for this project is 237990 and the associated small business size standard is $45 M.
This will be a firm-fixed-price Design Bid Build construction contract. The magnitude of the construction is estimated to be between $10,000,000 and $25,000,000.
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.
- A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your firm’s role in the project, performance period, the dollar value and the completion date. 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.
- A reference list for each of the projects submitted in A) above. Include the name, title, phone number and email address for each reference.
- 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.
- Provide a statement that your firm intends to submit an offer on the project when it is advertised.
- Provide a statement of your firm’s bonding capacity. A statement from your surety is NOT required.
- Cage Code and UEI number.
Please include at least 3 but no more than 5 project examples that were completed in the last 6 years demonstrating work of a similar nature to the summary scope of work below:
- For each project submitted, provide a brief narrative statement of the work involved, how it relates to the described herein and your firm’s role in the project, the dollar value, and the completion date.
- 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.
- The solicitation is anticipated to be issued by June 2025.
- The government anticipates award in October 2025
One hundred percent (100%) performance and payment bonds will be required. The expected period of performance will be 730 days in duration.
Scope of Work Summary:
Lower Monumental currently has a bridge crane located inside the powerhouse of the dam and has been in service since 1968. The Bridge Crane sits on rails 30 feet above the powerhouse floor and provides lifting capabilities within the powerhouse for routine work and occasionally to support in efforts such as major unit overhauls. The crane has one main hoist and one auxiliary hoist per trolley for a total of four hoists. Only the main hoists will see modification as part of this scope of work.
The main hoists are 300 tons each for a combined rated lifting capacity of the crane of 600 tons. The auxiliary hoists are 30 tons each and rated separately. Again, the auxiliary hoists are not part of this scope of work.
The scope of work for the Lower Monumental Powerhouse Bridge Crane Wheel, Drive System & Hoist Modifications entails the following major elements for the crane and supporting services:
- Remove existing bridge drive equipment & install new bridge drive equipment
- Modify the drive topology from the current CMAA 70 A4 layout to an A2 layout
- Install new bridge drive equipment to include a new motor, new brake, new speed reducers, and a new drive shaft and associated equipment such as bearings, couplings, and guards for rotating mechanical equipment.
- Install new bridge drive trucks, drive wheels, wheel bearings and axle assemblies.
- Install new bridge idler trucks, wheels, wheel bearings and axle assemblies.
- Install one new bridge drive VFD
- To accommodate the new bridge drive equipment, the crane’s lower south walkway must be removed, and a new, wider walkway must be installed with better access to the crane corbels and enhanced structural bracing for the drive machinery mounting.
- Perform a crane rail survey (optional) to confirm the findings of the survey performed in 2022. Survey will be aimed at determining rail disposition with respect to CMAA 70 tolerances.
- Remove the existing main hoist drums, speed reducers, motors, brakes, shafts, bearings, and couplings. Design, manufacture, and install new main hoist equipment including but not limited to all new main hoist drums, motors, shafts, bearings, and couplings. Refurbish and reinstall main hoist brakes and speed reducers.
- Directly following NTP, the main hoist drums are to be removed from the bridge crane for dimensional verification to inform the design of the new hoist drums, including the new hoist drum external gearing (hoist drum and pinion gears).
- Remove all other main hoist equipment slated for refurbishment or replacement.
- Install fall protection barriers or personnel tie off points in the trolleys since the removed hoist drums and speed reducers will introduce unprotected falls in the crane trolleys.
- Remove the main hoist speed reducers to a shop for disassembly, inspection, and refurbishment. Drain, flush, and inspect the main hoist speed reducers. Retrofit the existing speed reducers with new output shafts to interface with the new main hoist drums.
- Upon removal of the main hoist drums for inspection/replacement, the main hoist brakes will also be removed for cleaning and refurbishment. These will be reinstalled upon installation for the refurbished/new main hoist drums. Consumables such as oil, wire rope, seals, and minor components such as bearings will also be replaced.
- Install all new equipment and reinstall refurbished/retrofitted main hoist equipment as required.
- Install a trolley-mounted tool hoist to help transport tools and small pieces of equipment from the lower crane walkway to either the upper crane walkway or the trolleys.
- Address crane communication concerns via the existing remote control.
- Procure new crane remote control belly box with load indication and a new remote-control receiver/console.
- Address concerns regarding coordination between the main feeder breaker and the crane’s circuit breaker
- Perform a coordination study to rectify breaker issues
- Perform minor modifications to enhance fall protection and address safety and accessibility concerns.
- Install fall protection slide access gates at 3 crane corners to match the fall protection slide gate currently installed on the crane’s northeast corner.
- Install fall protection gates in the trolleys to replace chain access points.
- Install fall protection skirt at crane end ties.
- Expect lead-based paint.
Summary Crane Outage Schedule:
As part of this sources sought, please inform the Government as to whether the proposed period of performance (POP) and crane outage schedules below are reasonable. If you believe POP or crane outage schedule requires modification to ensure a quality product, please note so in your response.
- 60-90 days following NTP, the Contractor will be permitted to take a 30 day crane outage for removal of the main hoist drums and speed reducers. Following this, the crane must be returned to service until the next outage period (all crane motions and functions not related to the main hoist must remain functional).
- After an intervening design and fabrication period of 10-13 months following the initial 30 day crane outage, the Contractor will be permitted to take a 6-9 month crane outage to perform all of the remaining work to the crane. This will include installation of new main hoist equipment, removal and installation of new bridge drive and idler truck assemblies, the removal and installation of a new south lower walkway and bridge drive equipment and all other remaining work. Load testing and commissioning must also take place during this second crane outage.
All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1).
Establish and manage an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1.
Submit this information to LeAnne Walling, Contract Specialist, via email to leanne.r.walling@usace.army.mil and cynthia.h.jacobsen@usace.army.mil. Your response to this notice must be received on or before 2:00 p.m. (PST) on 18 April 2025