Multiple Repairs of Baldhill Dam - Valley City, ND
ID: W912ES25B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for multiple repairs at Baldhill Dam located in Valley City, North Dakota. The project aims to address critical structural deficiencies, including concrete reinforcement, Tainter gate fastener replacements, and grout injection for crack repairs, with work scheduled during low water flow periods in late summer 2025. This initiative is vital for maintaining the dam's operational integrity and ensuring flood control for surrounding communities, while also supporting small business participation as the solicitation is set aside exclusively for small businesses under NAICS code 237990, with an estimated contract value between $1 million and $5 million. Interested bidders must submit sealed proposals by March 11, 2025, and are encouraged to contact John P. Riederer at John.P.Riederer@usace.army.mil or 651-290-5614 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Baldhill Dam Multiple Repairs project, located in Valley City, MN, is managed by the U.S. Army Corps of Engineers, St. Paul District. The initiative addresses various structural deficiencies within the Baldhill Dam spanning the Red River of the North River Basin. Key tasks outlined include concrete removal and repairs of the ogee spillway, piers, and associated structures, ensuring adequate water flow control and dam safety. The project documentation features a cover sheet, vicinity maps, general notes, and detailed drawings indicating the scope of work, including construction measures for vertical and horizontal reinforcement, grouting procedures, and joint sealing techniques. Extensive analysis of hydrologic data, including daily flow and pool elevation hydrographs, supports planning efforts. Completed between January 2025 and subsequent phases, the project emphasizes compliance with engineering design standards and environmental safety. This undertaking is crucial for maintaining the operational integrity of the dam and protecting surrounding communities from flooding risks while enhancing structural resilience through planned renovations. The project exemplifies the federal commitment to infrastructure improvement and sustainable management in local flood control efforts.
    The document details the solicitation W912ES25B0001 issued by the US Army Corps of Engineers for construction and maintenance work on Baldhill Dam in Valley City, North Dakota. The project involves multiple critical repairs including concrete reinforcement, Tainter gate fastener replacements, and grout injection for crack repairs, scheduled during low water flow periods in late summer 2025. The solicitation is exclusively set aside for small businesses under the NAICS 237990 classification, with an estimated contract value between $1 million and $5 million. Bidders must submit sealed proposals by March 11, 2025, and are required to provide a bid bond and proof of bonding capability. The document outlines the bidding processes, submission requirements, and evaluation criteria, emphasizing the necessity for detailed responses to inquiries and adherence to federal contracting regulations. This initiative underscores the government's commitment to maintaining critical infrastructure while supporting small business participation in federal contracting opportunities.
    Lifecycle
    Similar Opportunities
    Garrison Dam Spillway Modification Project – Stoplog Seal Modification
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is seeking responses for the Garrison Dam Spillway Modification Project, specifically focusing on the Stoplog Seal Modification. The project involves modifying up to eight stoplogs, which includes transportation to a certified fabrication plant, performing necessary modifications, and returning them for testing at the Garrison Dam. This modification is crucial for ensuring the integrity and functionality of the dam's spillway system. Interested contractors must submit their responses by 2:00 PM CT on February 13, 2025, and can direct inquiries to Karen Caskey or Nadine Catania via their provided email addresses. The estimated project solicitation issue date is April 15, 2025, with a performance period of 600 calendar days.
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. This project aims to enhance the safety and structural integrity of the dam, addressing critical geotechnical concerns identified in previous assessments, including internal erosion risks and geological instability. The initiative is vital for maintaining effective water management and flood control in the region, ensuring compliance with federal safety standards. Interested contractors must submit their proposals electronically by March 20, 2025, with an estimated contract value between $250 million and $500 million. For further inquiries, potential bidders can contact Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Cannelton Fixed Weir Repair project located at the Cannelton Locks & Dam in Indiana. The project aims to address critical repair needs for the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring access to the hydroelectric power plant throughout the construction process. This initiative underscores the federal commitment to maintaining essential hydroelectric facilities and adhering to environmental and safety standards. Interested contractors must submit price proposals ranging from $250,000 to $500,000 by February 19, 2025, following a mandatory site visit on February 13, 2025. For inquiries, contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409.
    Barren River Lake Hydraulic Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. This project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, with a focus on maintaining operational integrity during repairs and adhering to strict safety and environmental regulations. The work is essential for ensuring the reliability of infrastructure and operational systems, with a performance period of 120 days commencing 14 days after the Notice to Proceed. Interested small businesses must submit sealed bids by 10:00 AM on February 21, 2025, with an estimated project cost between $100,000 and $250,000. For further inquiries, contact Kelly Duggins at Kelly.S.Duggins@usace.army.mil or call 502-315-6013.
    WEST VALLEY DEMONSTRATION PROJECT (WVDP) LAKE 1 AND SPILLWAY REPAIR
    Buyer not available
    The Department of Defense, through the Department of the Army's W072 Endist Buffalo office, is soliciting bids for the West Valley Demonstration Project (WVDP) Lake 1 and Spillway Repair. This project aims to address critical repairs to the lake and spillway infrastructure, which are essential for maintaining safety and operational integrity. The work falls under the category of Other Heavy and Civil Engineering Construction, specifically focusing on the repair or alteration of dams. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation. For further inquiries, potential bidders can contact Jeffrey Ernest at Jeffrey.G.Ernest@usace.army.mil or Douglas Smith at DOUGLAS.SMITH@USACE.ARMY.MIL, with phone numbers 716-879-4173 and 716-879-4255, respectively.
    Town Bluff Tainter Gate Corrosion Protection
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Town Bluff Tainter Gate Corrosion Protection project, which involves essential maintenance and repair work on Tainter gates. The project includes tasks such as painting the gates, blast cleaning, replacing J-Bulb seals and associated bolts with stainless steel, and anode replacement for gates 1 through 4, along with optional work for gates 5 and 6. This procurement is crucial for ensuring the structural integrity and longevity of the dam infrastructure, which plays a vital role in flood control and water management. Interested small businesses are encouraged to reach out to Alexander Rust at Alexander.G.Rust@usace.army.mil or 727-308-8921, or Jamauh Winston at jamauh.d.winston@usace.army.mil or 817-886-1472 for further details, as this opportunity is set aside for total small business participation.
    Z--Turbine Runner Cavitation Repair, Hungry Horse Field Office
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Region, is seeking a contractor for a five-year Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) construction contract focused on turbine runner cavitation repair at the Hungry Horse Dam in Montana. The primary scope of work includes welding and grinding tasks necessary for turbine runner weld repairs, which are critical for maintaining the integrity and functionality of the dam. This initiative, reserved exclusively for small businesses under the NAICS code 238190, has a total contract ceiling of $3 million, emphasizing the government's commitment to engaging small enterprises in vital infrastructure projects. Interested contractors must be registered in the System for Acquisition Management (SAM), with the solicitation expected to be issued in March 2025; for further inquiries, contact Heather Cagle at hcagle@usbr.gov or call 208-378-5039.
    Z--Folsom Right Wing Dam Ditch Bypass Modifications
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is soliciting bids for the Folsom Right Wing Dam - North Fork Ditch Bypass Modification project, which is set aside for small businesses. The project aims to enhance the safety and functionality of the Folsom Dam system through significant engineering modifications, including the installation of drainage systems and inspection wells to mitigate seepage-induced erosion. This initiative is crucial for maintaining the structural integrity of the dam and ensuring compliance with environmental regulations. Interested contractors must submit their proposals electronically by February 19, 2025, with an estimated project cost between $5 million and $10 million, and can contact Ronald Gamo at rgamo@usbr.gov for further information.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
    Buckhorn Tailwater Streamline Erosion
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.