Replacement of Hydraulic System for Penstock #5
ID: 191BWC25B0003Type: Presolicitation
Overview

Buyer

INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICOINTERNAT BOUNDARY AND WATER COMMEl Paso, TX, 79902, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF DAMS (Y1KA)
Timeline
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 19, 2025, 12:00 AM UTC
  3. 3
    Due Apr 5, 2025, 9:00 PM UTC
Description

The International Boundary and Water Commission (US-MEXICO) is seeking bids for the replacement of the hydraulic system for Penstock #5 at Amistad Dam, which has been non-functional for several years. The project entails comprehensive site preparation, inspection of existing systems, replacement of the hydraulic system, debris disposal, quality control testing, and potentially the manufacturing of a new penstock bulkhead. This work is critical for restoring the functionality of the dam's infrastructure, which plays a vital role in water management between the United States and Mexico. The estimated project value ranges from $1,000,000 to $5,000,000, with a completion timeline of 485 calendar days, including 365 days for construction and 120 days for contract closeout. Interested parties should contact Adrian Knights at adrian.knights@ibwc.gov, and the solicitation is expected to be posted on or around April 4, 2025, remaining open for at least 30 days.

Point(s) of Contact
Files
Title
Posted
The United States Section of the International Boundary and Water Commission (USIBWC) is initiating an Invitation for Bids (IFB) for the replacement of the hydraulic system for Penstock #5 at Amistad Dam, which has been non-functional for several years. The project involves site preparation, system inspection, hydraulic system replacement, debris disposal, quality control testing, and possibly manufacturing a new penstock bulkhead. Key constraints include specific working hours, the need for a certified crane operator for the bulkhead relocation, and restrictions on site access through a port of entry with stringent documentation requirements. The project's estimated value ranges from $1,000,000 to $5,000,000 under NAICS Code 237990. The timeline for completion is set at 485 calendar days, of which 365 days are allocated for construction, followed by 120 days for contract closeout. The Solicitation is expected to be posted on or around April 4, 2025, and will remain open for at least 30 days. This presolicitation notice invites responsible sources to submit bids for consideration by the USIBWC.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
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.
Biosolids Sludge Dryer Alternative
Buyer not available
The International Boundary and Water Commission (IBWC) is seeking contractors to provide and install biosolids electro-osmosis dryers and low-temperature dryers, along with automated screw presses, at the Nogales International Wastewater Treatment Plant in Arizona. The project aims to enhance the biosolids drying process, ensuring a minimum of 80% dry solid content while maintaining compliance with federal, state, and local regulations. This procurement is critical for improving wastewater management and operational efficiency at the facility. Interested bidders must submit their proposals by May 27, 2025, and are required to attend a mandatory site visit on April 18, 2025, where they will collect wet sludge samples. For further inquiries, potential bidders can contact Seone Michael Jones at seone.jones@ibwc.gov.
Y--Imperial Dam Potable Water Tank Replacement, AZ
Buyer not available
The Bureau of Land Management (BLM) is seeking qualified contractors for the Imperial Dam Potable Water Tank Replacement project in Arizona. The project entails the demolition of an existing 85,000-gallon steel potable water tank and the construction of a new tank, adhering to specific guidelines for proper disposal and construction. This initiative is crucial for maintaining water supply facilities and is expected to have a project cost ranging from $250,000 to $500,000, with a performance period of 90 calendar days following the notice to proceed. Interested parties should respond to the Sources Sought Notice by April 28, 2025, at 2:00 PM MT, and can contact Jonathan Peterson at jrpeterson@blm.gov or 314-708-0329 for further information.
Lower Granite Dam Turbine Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the "Lower Granite Dam Turbine Intake Gate Hydraulic System Upgrades" project, which involves significant upgrades to the hydraulic system at the Lower Granite Lock and Dam in Pomeroy, Washington. The project aims to enhance operational efficiency by replacing the intake gate hydraulic system, including the installation of new hydraulic cylinders, support beams, and a hydraulic power unit, organized into three distinct phases to ensure safety and compliance with regulations. This initiative is crucial for maintaining the infrastructure of the facility, with an estimated contract value between $10 million and $25 million. Interested small businesses must submit their proposals electronically by May 16, 2025, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
WHITNEY POINT REGULATING OUTLET (RO) REHABILITATION, BROOME COUNTY, NEW YORK
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking proposals for the rehabilitation of the Whitney Point Lake regulating outlet located in Broome County, New York. This project involves extensive construction work, including the fabrication and installation of new bulkheads, service and emergency regulating outlet gates, trashracks, and various associated machinery and electrical components. The rehabilitation is crucial for maintaining the operational integrity and safety of the dam infrastructure. The anticipated contract value is between $10 million and $25 million, with an official Request for Proposal (RFP) expected to be posted around May 9, 2025, and a site visit tentatively scheduled for June 3, 2025. Interested offerors must register in the Procurement Integrated Enterprise Environment (PIEE) to submit proposals, and inquiries can be directed to Rosemarie Rollins at rosemarie.e.rollins@usace.army.mil or Sharon Alexander at sharon.l.alexander@usace.army.mil.
Z--K12 Drop-Arm Road Barriers at Davis Dam
Buyer not available
The Department of the Interior, specifically the Bureau of Reclamation's Lower Colorado Regional Office, is seeking qualified contractors for the installation and commissioning of K12 Drop-Arm Road Barriers at Davis Dam, located on the Nevada/Arizona border. This project involves the installation of four new active drop-arm beam barricades, including the demolition of existing traffic barricades and restoration of roadway surfaces, with a performance period of 200 calendar days post-award. The anticipated contract type is firm-fixed price, with a project magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must submit their capability statements by May 9, 2025, to Max Watanga at mwatanga@usbr.gov, and must be registered in the System for Award Management (SAM) to be eligible for award consideration.
Repair Stilling Basins, Oologah Lake, Oklahoma
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to issue a Request for Proposal (RFP) for the repair of the stilling basin at Oologah Lake, Oklahoma. This project, classified under NAICS code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical infrastructure needs by dewatering the basins and executing necessary repairs. The anticipated contract, valued at up to $45 million, will utilize a Lowest Price Technically Acceptable procurement method, with proposals expected to be submitted by mid-June 2025. Interested vendors must register on the Interested Vendors List and the System for Award Management (SAM) to access the RFP and related documents, and they should note that costs incurred in response to this notice will not be reimbursed. For further inquiries, contact Clinton J. Yandell at clinton.j.yandell@usace.army.mil or Shawn G. Brady at shawn.brady@usace.army.mil.
REHABILITATE TEMPLE BAR WELL #4
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of Temple Bar Well 4 at Lake Mead National Recreation Area. The project aims to enhance water flow and quality by inspecting and replacing existing infrastructure, including the pump, motor, and downpipe, while ensuring compliance with state and federal regulations. This initiative is crucial for maintaining water supply facilities and emphasizes environmental responsibility and community coordination during construction. Interested contractors should note that the estimated project value is between $100,000 and $250,000, with a total small business set-aside. Proposals are due by the specified deadline, and inquiries can be directed to Michelle Bennett at MichelleBennett@nps.gov or by phone at 702-293-8909. A pre-bid site visit is scheduled for May 6, 2025, with pre-registration required by May 5, 2025.
ILLINOIS RIVER BASIN, ILLINOIS WATERWAY, PEORIA, ILLINOIS, PEORIA AND LAGRANGE END OF DAM WICKET BULKHEAD FABRICATION
Buyer not available
The Department of Defense, through the Department of the Army, is seeking bids for the fabrication, assembly, painting, and delivery of a steel bulkhead for the Illinois River Basin project in Peoria, Illinois. This procurement is a 100% Total Small Business Set Aside, specifically targeting firms within the Fabricated Structural Metal Manufacturing industry, as defined by NAICS code 332312. The bulkhead is a critical component for the Peoria and LaGrange end of dam operations, ensuring structural integrity and functionality within the waterway system. The official solicitation is anticipated to be released around June 1, 2025, and interested parties can contact Kate Behrens at Katherine.D.Behrens@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil for further information.
Y--LAKE 254108 Calville Bay Barge Relocation
Buyer not available
The Department of the Interior, through the National Park Service, is soliciting proposals for the relocation of the Callville Bay Barge system within the Lake Mead National Recreation Area. The project aims to enhance water infrastructure by improving drinking water access and addressing contamination challenges, with key tasks including the construction of a moored breakwater and the installation of a UV treatment system. This initiative is crucial for maintaining essential water services for park operations and visitor enjoyment, reflecting the government's commitment to infrastructure improvement and environmental sustainability. Interested contractors should note that the estimated construction cost ranges from $5 million to $10 million, with proposals due by May 23, 2025. For further inquiries, contact Mark Barber at markbarber@nps.gov or call 721-621-7310.