Oregon Bids > Bid Detail

MNA - Navlock Power & Controls Upgrade

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159171318801955
Posted Date: Mar 22, 2023
Due Date: May 25, 2023
Solicitation No: W912EF23B0011
Source: https://sam.gov/opp/49421aa9c8...
Follow
MNA - Navlock Power & Controls Upgrade
Active
Contract Opportunity
Notice ID
W912EF23B0011
Related Notice
W912EF23B0001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT WALLA WAL
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 22, 2023 11:23 am PDT
  • Original Response Date: May 25, 2023 02:00 pm PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1KA - MAINTENANCE OF DAMS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Umatilla , OR 97882
    USA
Description

Construction Contract: McNary Navlock Power & Controls Upgrade. This work is located at McNary Lock and Dam in Umatilla/Benton Counties near Umatilla Oregon. This will be a firm-fixed-price construction contract. The magnitude for this requirement is $10,000,000 to $25,000,000.



This project involves upgrading the McNary Navigation Lock electrical power and control systems. The Navigation Lock has been in service since 1954, and all the major electrical equipment is original. The electrical and control systems had a design life of 50 years, and now have the distinction of being the oldest systems in the Columbia-Snake River navigation system.



This project involves upgrading the McNary Navigation Lock electrical power and control systems. The Navigation Lock has been in service since 1954, and all the major electrical equipment is original. The electrical and control systems had a design life of 50 years, and now have the distinction of being the oldest systems in the Columbia-Snake River navigation system.



This project includes extensive electrical and control improvements to ensure the reliability and operability of the navigation lock for another 50 years. The scope includes providing new feeders from the powerhouse to the navigation lock; replacing the 480-volt power distribution equipment; installing cameras; repairing certain grounding details; and replacing the control systems for the downstream gate, upstream gate, drain valves, fill valves, and bascule bridge. It also includes replacing the upstream and downstream control stands for the navigation lock. The new oil-filled pad-mounted substation transformers will be located away from the river and will include spill containment systems. The following is a summary of the project scope from the Design Documentation Report.



Power



For the power distribution system, the scope includes replacement of the feeders from Station Service to the navigation lock; the step-down transformers; the navigation lock switchgear; the navigation lock motor control centers; the bascule bridge motor control centers; branch circuits; and branch circuit loads and panelboards that were or will be in the switchgear and motor control centers. The scope also includes replacement of corroded grounding electrode conductor connections within the navigation lock and the addition of ground busses to existing panelboards fed by the new equipment.




  1. Feed power from Station Service to navigation lock at 13800V

  2. Transform voltage down to 480V

  3. Switch and protect power for MCCs

  4. Feed power to motor control centers

  5. Convert from ungrounded to high-resistance grounded 480V distribution

  6. Switch and protect power for branch loads

  7. Provide power to derrick crane

  8. Provide power to existing motor loads

  9. Provide power to existing non-motor loads, but not replacing lighting or lighting



Panelboards




  1. Provide bridge motors and brakes

  2. Provide VFD and FVR starter for downstream gate

  3. Provide space for future VFD for upstream gate

  4. Feed power to lock stand panelboards

  5. Raceways and cable tray for wire and cable

  6. Repair grounding electrode connections

  7. Add ground busses to existing panelboards fed by new equipment

  8. Demolish 2600-ft. of asbestos-cement cable trays

  9. Demolish power center (with transformer) in Control Building

  10. Demolish feeders from dam to power center

  11. Demolish bridge motors and brakes

  12. Demolish starters for downstream gate

  13. Arc flash risk reduction with zone-selective interlocking



Controls



The scope includes replacement of relay-based control systems with PLC based control systems for the navigation lock miter gates; the bascule bridge; the drain and fill valves and a monitoring screen in the powerhouse control room; The scope also includes the operator interfaces; small craft stations; operator control consoles; and related field instrumentation. The scope also includes a new CCTV system for the navigation lock; marine radio in the lock stands; and network connections in the lock stands for VoIP and CorpsNet.




  1. Bascule bridge control system. (HMI interface to be used as primary remote/local

  2. controller: lever handle, push buttons to be used as local emergency backup controller)

  3. Upstream gate control system (HMI interface to be used as primary remote/local

  4. controller, lever handle, push buttons to be used as local emergency backup controller)

  5. Downstream gate control system (HMI interface to be used as primary remote/local

  6. controller: lever handle, push buttons to be used as local emergency backup controller)

  7. Drain and fill valve control system (HMI interface to be used as primary remote/local

  8. controller: lever handle, push buttons to be used as local emergency backup controller)

  9. Control Room monitoring system

  10. Fiber optic circuits for connection to VoIP telephone system in lock stands

  11. Fiber optic circuits for connection to CorpsNet in lock stands

  12. Marine radio system for lock stands

  13. CCTV system for navigation lock and bascule bridge

  14. Shock risk reduction by reducing the voltage of control circuits

  15. Bascule bridge limit switches and position instruments

  16. Access control for control stands

  17. Miter gate position sensors

  18. Water level sensors



Mechanical




  1. Bascule bridge motors, brakes, and mounting of limit switches and sensors

  2. Miter gate position sensor details

  3. Stilling well and lock chamber level sensor details



Structural




  1. Pad-mounted transformer oil containment in the parking lot

  2. Seismic protection of electrical equipment

  3. Water protection for enclosures (pads)

  4. Lock stand loads (IBC)



Architectural




  1. Prefabricated two-story shelter for upstream controls

  2. Prefabricated shelter for downstream controls

  3. Historic preservation of bascule bridge control console

  4. Tile in Control House

  5. Demolish upstream lock stand

  6. Demolish downstream lock stand



The Contractor shall complete all work for the McNary Navigation Lock Power and Controls Upgrade by not later than June 18, 2025. A bid bond of 20%, or $3,000,000, whichever is less will be required. 100% Performance and payment bonds will be required.



Competition for this solicitation is UNRESTRICTED. The North American Industry Classification System (NAICS) code for this project is 238210 and the associated small business size standard is $16.5 Million. Invitation for Bid (IFB) no. W912EF23B0011 will be posted to the BetaSAM website approximately around mid to late-April 2023. See solicitation for details about Bid requirements. When issued, the solicitation documents for this project will be available at https://beta.sam.gov/.



Important Note: The Beta.sam.gov response date listed elsewhere in this synopsis is for the Beta.sam.gov archive purposes only. It has no relationship to the actual proposal submission date. The proposal submission date will be contained in the solicitation and any solicitation amendments that are issued.



A site visit will be offered approximately 2 weeks after the solicitation is posted. Refer to the solicitation for details regarding the site visit. Only one site visit is expected to be offered.



ACCESS FOR FOREIGN NATIONALS: Security clearance for foreign nationals to attend a site visit requires a minimum of 4 weeks; therefore, clearance should be requested immediately. To request clearance, please submit the names of all foreign nationals proposed for site visit attendance, along with documentation to verify that they were legally admitted into the United States and have authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with 1-551 stamp or attached INS Form 1-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form 1-151 or 1-551), Temporary Resident Card (INS Form 1-688), Employment Authorization Card (INS Form l-688A), Reentry Permit (INS Form 1-327), Refugee Travel Document (INS Form 1- 571), Employment Authorization Document issued by the INS which contains a photograph (INS Form 1-688B). Send this information by email to jani.c.long@usace.army.mil, sean.molina@usace.army.mil and chandra.d.crow@usace.army.mil. Foreign nationals must have received clearance prior to being granted access to the project site.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 201 NORTH 3RD AVE
  • WALLA WALLA , WA 99362-1876
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >