Scaffolding
ID: W912EF-16-R-SS60Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

PSC

PREFAB STRUCTURES/SCAFFOLDING (54)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking sources for scaffolding services as part of a procurement initiative. This opportunity involves the provision of prefabricated structures and scaffolding, which are critical for various construction and maintenance projects at the Little Goose Lock and Dam located in Dayton, Washington. The procurement is aimed at ensuring the availability of reliable scaffolding solutions to support ongoing operations and maintenance activities at the facility. Interested vendors can reach out to Ruth A. Johnson at ruth.a.johnson@usace.army.mil or call 509-527-7222 for further details regarding this sources sought notice.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Scaffolding
    Currently viewing
    Sources Sought
    Similar Opportunities
    Spare Transformers for the Lower Snake River Plants
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication and supply of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement involves detailed engineering specifications for the gate's construction, including welding requirements, material specifications, and safety protocols, with a focus on compliance with national safety standards and USACE regulations. The Tainter Gate is a critical component for water control at the dam, ensuring efficient navigation and flood management on the Snake River. Interested contractors must submit their bids by December 12, 2025, with a bid opening scheduled for December 15, 2025. For further inquiries, potential bidders can contact Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft Lock for Lock and Dam 25, located in Winfield, Missouri. This project is part of the Navigation and Ecosystem Sustainability Program (NESP) and aims to enhance navigation and ecological sustainability along the river system. The procurement process includes a series of amendments and opportunities for industry engagement, including an Industry Day and one-on-one interviews, with key deadlines for registration and responses set for June 2024. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil for further details and to access the necessary documents.
    John Day Transportation and Site Access
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is preparing to solicit bids for the Bonneville Spillway Gantry Crane Rehabilitation Project located in Cascade Locks, Oregon. This project involves the rehabilitation of a gantry crane, which is crucial for maintaining the operational efficiency and safety of the spillway facilities. The work falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is classified under PSC code Y1PZ for the construction of other non-building facilities. Interested contractors can reach out to Dana Western at dana.m.western@usace.army.mil for further details as the procurement process unfolds.
    Pre-Solicitation Notice: O and M Emergency Repair Sanders Left Embankment Seepage, Emmett Sanders Lock and Dam McClellan - Kerr Arkansas River Navigation System Jefferson County, Arkansas.
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking bids for the O and M Emergency Repair of the Sanders Left Embankment Seepage at the Emmett Sanders Lock and Dam, part of the McClellan-Kerr Arkansas River Navigation System in Jefferson County, Arkansas. This project, classified under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical repair needs to ensure the structural integrity and operational functionality of the dam. The contract, which is a Total Small Business Set-Aside, is valued between $500,000 and $1 million, with a project duration of 212 calendar days following the Notice to Proceed. Interested bidders must submit their proposals by December 5, 2025, and can contact Shelby Henson at Shelby.m.henson@usace.army.mil or 501-340-1249 for further information.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to construct an enhanced sediment retention structure to increase storage capacity and manage river flows, involving tasks such as mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for maintaining the structural integrity of the sediment retention system and mitigating potential flooding risks in the area. Interested contractors should note that the project is valued between $25 million and $100 million, with proposals due by December 19, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 1, 2025. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Nicole Adams at Nicole.A.Adams@usace.army.mil.
    MNA Turbine Draft Tube Slot Fillers
    Buyer not available
    The U.S. Army Engineer District Walla Walla is soliciting bids for the fabrication and delivery of twelve structural steel turbine draft tube slot fillers as part of the McNary Powerhouse project. This procurement requires compliance with stringent safety and quality standards, including adherence to USACE EM 385-1-1 regulations, and involves detailed specifications for materials, fabrication processes, and delivery schedules. The project is critical for maintaining the operational efficiency of the McNary Lock and Dam on the Columbia River, ensuring the reliability of hydroelectric power generation. Interested contractors must submit their bids electronically by December 11, 2025, at 10:00 AM Pacific Time, with the bid opening scheduled for the same day at 1:00 PM via Microsoft Teams. For further inquiries, contact Kristin Hyde at kristin.a.hernandez@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil.
    LCR Armed Guard Services 3 Month Bridge, Sole Source
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, intends to award a sole-source contract for armed guard services to Prosecure, LLC, the incumbent contractor, for a three-month bridge period. This procurement aims to provide essential security services at the Bonneville, John Day, and The Dalles Dams, ensuring the safety and operational integrity of these critical facilities. The contract falls under the NAICS code 561612 for Security Guards and Patrol Services, with a size standard of 600 employees, and is classified under PSC code S206 for housekeeping-guards. Interested parties must submit capability statements by 2:00 PM Pacific Time on December 9, 2025, to Nathean Stoner at nathean.w.stoner@usace.army.mil, as no solicitation will be posted and oral communications are not accepted.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.