California Bids > Bid Detail

Notice of Intent to Award Sole Source Contract Modification - Folsom Main, Left Wing and Right Wing Dams

Agency:
Level of Government: Federal
Category:
  • 31 - Bearings
Opps ID: NBD00159888573814682
Posted Date: Dec 21, 2023
Due Date: Jan 3, 2024
Source: https://sam.gov/opp/9b6dfb9d7f...
Follow
Notice of Intent to Award Sole Source Contract Modification - Folsom Main, Left Wing and Right Wing Dams
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST SACRAMENTO
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 20, 2023 07:45 pm PST
  • Original Response Date: Jan 03, 2024 03:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 3120 - BEARINGS, PLAIN, UNMOUNTED
  • NAICS Code:
    • 332721 - Precision Turned Product Manufacturing
  • Place of Performance:
    Folsom , CA 95630
    USA
Description

The U.S. Army Corp of Engineers, Sacramento District (SPK), intends to award a Firm-Fixed Priced Sole Source Contract Modification to Folsom Dam Constructors, 20 Happy Valley Road, Pleasanton, CA 94566 to procure the manufacturing services of RBC Lubron Bearing Systems in order to provide the following brand name equipment:




  1. One-hundred-twenty-eight (128) Lubron AQ 100 self-lubricated high strength bronze bushings for the Gate Roller Assemblies

  2. Sixteen (16) Lubron AQ 100 self-lubricated high strength plugged bronze bushings for the Tainter Gate Trunnion Assemblies

  3. Sixteen (16) Lubron AQ 100 self-lubricated high strength plugged bronze bushings for the Tainter Gate Connection Assemblies



This Sole Source contract modification will be implemented under the existing USACE construction contract “Folsom Main, Left Wing and Right Wing Dams” (W9123823C0010).



The trunnion bushings are required to have the following salient characteristics:




  1. A one-piece journal bushing.

  2. Bronze alloy backing with lubricant permanently applied to the interior surface.

  3. Published coefficient of static and dynamic friction with rated load applied in both wet and dry conditions: Maximum 0.12.

  4. Designed for operation in dry or wet conditions including full time submersion.

  5. Lubricant:

    • Permanently applied, solid, and capable of withstanding long-term atmospheric exposure and submersion in fresh water.

    • Covers 100-percent of the bearing surface.

    • Is free of detrimental pits, pin holes, and other imperfections that could impair the design load capacity or serve as a point where corrosion could initiate.

    • Capable of withstanding long-term loading at rated surface bearing pressure.

    • Will not promote electrolytic action:Does not contain graphite or molybdenum disulfide.



  6. Minimum dynamic and static bearing load capacity of 6,000psi over the projected bearing area as rated by the bushing manufacturer:

    • A higher load capacity may be required based on approved calculations.



  7. Centrifugally cast bronze alloy backing with lubricant permanently applied to the interior surface.

  8. Able to meet USACE’s requirements for failure critical bearings.

  9. At least 10 years of successful performance on Tainter gates with trunnion pin diameters no smaller than shown on contract plans.



This will be awarded on a sole source basis under the authority of 10 U.S.C. 3204(a)(1) as implemented by DFARS 206.302-1(c) and FAR 6.302-1(a)(2) and 6302-1(c), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements.



The applicable North American Industry Classification (NAICS) for this action is 332721 – Precision Turned Product Manufacturing. The size standard in number of employees is 500.



In accordance with Federal Acquisition Regulation (FAR) 36.204(e), the magnitude of construction is between $500,000 and $1,000,000.



THIS IS NOT A REQUEST FOR COMPETATIVE PROPOSALS. No solicitation package is available abd telephone inquiries will not be honored. This is a notice of intent to award a sole source action; however, all interested persons that identify to the Contracting Officer their intent and capabilities to satisfy the Government’s requirement received by no later than 03 January 2024 at 3:00PM (PT) will be considered. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government.



Responses or questions pertaining to the notice should be submitted by e-mail to the Contracting Officer, Jennifer Wheelis, at Jennifer.L.Wheelis@usace.army.mil. E-mails sent shall reference this Special Notice posting.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 20, 2023 07:45 pm PSTSpecial Notice (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 >