Washington Bids > Bid Detail

Chief Joseph Dam Freight and Passenger Elevators Replacement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159452252857682
Posted Date: Jan 9, 2023
Due Date: Jan 24, 2023
Solicitation No: W912DW23R0005
Source: https://sam.gov/opp/d500803e19...
Follow
Chief Joseph Dam Freight and Passenger Elevators Replacement
Active
Contract Opportunity
Notice ID
W912DW23R0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT SEATTLE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 09, 2023 06:35 am PST
  • Original Response Date: Jan 24, 2023 10:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 333921 - Elevator and Moving Stairway Manufacturing
  • Place of Performance:
    Bridgeport , WA
    USA
Description

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 to the Point of Contact(s) indicated below.



Construction Project:



The magnitude of construction is estimated to be between $5,000,000.00 and $10,000,000. The resulting contract will be firm-fixed-price.





PROJECT DETAILS:





The Government intends to solicit a Low Price Technically Acceptable Best Value for the subject requirement. The purpose of the Chief Joseph Dam, Powerhouse Passenger and Freight Elevators Replacement. The scopes of the two elevators are different and are presented separately below.





Powerhouse Hydraulic Freight Elevator. This section is a general summary of the required work and is not all-inclusive.






  • Full replacement of the Hydraulic Freight Elevator.

  • Installation of a new elevator system and equipment to replace the existing.

  • Bringing the freight elevator machine room up to code by enclosing the space in a one-hour rated envelope.

  • Existing features to be replaced include, but are not limited to the hydraulic pump, the oil heater/cooler, oil reservoir, frequency controller, hydraulic cylinder, hydraulic piston, hoist way cables, elevator car, elevator car safeties, elevator electrical system and wiring, including all traveling elevator car power and communications cabling, disconnect switches, motor feeders elevator car lighting and all associated controls including controller cabinets.

  • The elevator car to be provided with new operating controls, communication devices, and new call stations at each floor landing. The existing heavy duty sidewall rails should be reused if possible.

  • The elevator machine room and shaft will be upgraded to meet current code compliance. The upgrade will include any repair needed for the hoist way walls and HVAC improvements.

  • The elevator fire alarm system will have an additional smoke alarm added and notification appliances will be added to existing annunciator panel in control room to meet code compliance





Powerhouse Electric Passenger Elevator. This section is a general summary of the required work and is not all-inclusive.






  • Full replacement of the Powerhouse Electric Passenger Elevator.

  • Installation of a new elevator system and equipment to replace the existing obsolete elevator.

  • Bringing the passenger elevator machine room up to code by replacing the wall separating the machine room from the staircase with a two-hour rated wall.

  • Existing features to be replaced include, but are not limited to, the hoist motor; the hoist gear box, elevator brakes, hoist way ropes, wedge sockets and shackle rods, rope brake, rope deflector sheaves, speed governor, elevator car and counterweights guide rail shoes,



elevator car safeties, counterweights and cable compensation chains, oil buffers for the elevator car and counterweights, elevator electrical system and wiring, including all traveling elevator car power and communications cabling, disconnect switches, motor feeders elevator car lighting and all associated controls, including controller cabinets.




  • The elevator car to be provided with new operating controls, handrails, communication devices, and new hall call stations at each floor landing.

  • The elevator machine room and shaft will be upgraded to meet current code compliance. The upgrade will include any repair needed for the hoist way walls and HVAC improvements, and elevator hoist way pressurization alternative (in lieu of required enclosed lobbies).

  • The elevator machine room and lobbies will have smoke alarm appliances added and tied into existing fire alarm circuit to meet code compliance.





See the solicitation for details about bid submission and virtual bid opening. The NAICS code for this procurement is 333921, Elevators, Passenger and Freight manufacturing, and the associated small business size standard is 1,000 employees. This action will be an unrestricted solicitation.



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.beta.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 www.beta.SAM.gov.



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.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4735 EAST MARGINAL WAY SOUTH
  • SEATTLE , WA 98134-2329
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 09, 2023 06:35 am PSTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >