McNary Dam Turbine Draft Tube Slot Filler
ID: W912EF25BA002Type: Presolicitation
Overview

Buyer

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

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

MISCELLANEOUS PREFABRICATED STRUCTURES (5450)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication and delivery of turbine draft tube slot fillers and dogging beams for the McNary Powerhouse project in Oregon. This procurement involves the production of twelve structural steel turbine draft tube slot fillers and eight dogging beams, with specific delivery schedules and stringent quality control measures outlined in the technical specifications. The project is critical for maintaining the operational integrity of the McNary Lock and Dam, emphasizing safety and compliance with federal standards throughout the fabrication and delivery process. Interested contractors must submit their bids electronically by December 8, 2025, at 12:00 PM Pacific Time, and can direct inquiries to Kristin Hyde at kristin.a.hernandez@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The US Army Corps of Engineers (USACE), Walla Walla District, is seeking a brand name justification and approval for specific ingredients in the vinyl paint formula used for the McNary Powerhouse Turbine Draft Tube Slot Filler project. This is due to the unique properties of these ingredients, which have been extensively tested and approved by USACE Construction Engineering Research Laboratory (CERL) for protective coating on underwater steel structures. The identified brand-name ingredients from Kronos, Inc., E.I. Dupont DeNemours and Co., Inc., Elementis Specialties, Wacker Chemie AG, Momentive Performance Materials Inc., and Dow Corning Corporation are crucial for the paint's performance and longevity, with alternatives potentially leading to inferior coatings, increased maintenance costs, and delays. Despite the brand-name requirement for specific ingredients, multiple manufacturers can supply the complete vinyl paint system, allowing for competitive pricing for the overall system. The estimated cost for the specific brand-name ingredients is $6,600.
    The document W912EF25BA002, dated February 2025, details the design and specifications for a "Turbine Draft Tube Slot Filler" for the Powerhouse at McNary Lock and Dam on the Columbia River. This federal government RFP specifies the manufacturing requirements for dogging beams and draft tube slot fillers. Key components include W8x13 beams, L3"x3"x3/8" angles, 5/8" diameter round bars, and 1/2" UHMW wear pads, all made from specified ASTM grade steels. The document provides detailed drawings for the dogging beam, dogging beam receiver, and the dogged slot filler, including dimensions, material callouts, and welding notes. Each slot filler requires two dogging beam receivers, with UHMW attached by flathead screws. The project is managed by the Walla Walla District, with Julio Morelos, P.E. listed as the contact.
    The U.S. Army Corps of Engineers, Walla Walla District, is soliciting bids for the fabrication and delivery of Turbine Draft Tube Slot Fillers for the McNary Lock and Dam on the Columbia River, Oregon and Washington (Solicitation No. W912EF25BA002). The project requires 12 slot fillers (six north and six south), with specific dimensions and tolerances. The first set of slot fillers will undergo a 90-day testing period. Special shipping arrangements are required due to the size of the slot fillers, and McNary personnel will operate cranes for repositioning. All structural steel and welding must conform to AWS D1.1-2020 and AISC 325 standards. Painting requirements are detailed, with the first set using epoxy polysiloxane and subsequent sets using polysiloxane. The document includes detailed plans for the slot filler assembly, including alignment pins, lifting brackets, bearing shoes, guide shoes, and dogging beam receivers, along with site and access route maps for the McNary Lock and Dam facility.
    This government solicitation, W912EF25BA002, issued by the US Army Engineer District Walla Walla, is a Request for Proposal (RFP) for the fabrication and delivery of 12 structural steel turbine draft tube slot fillers and 8 dogging beams for the McNary Powerhouse Turbine Draft Tube. The contract is a rated order under the Defense Priorities and Allocations System (DPAS). Key requirements include the contractor and painting contractor holding specific certifications from AISC and AAMP (SSPC QP 3) respectively, prior to and for the duration of the contract. Deliveries are staggered, with the first set of slot fillers and dogging beams due 12 months after award, and subsequent sets of slot fillers due at 24 and 32 months. Strict delivery restrictions apply, including not scheduling deliveries between December 15 and March 31, and not delivering more than one pair of slot fillers per month, with each pair arriving within 24 hours of each other. The contract incorporates various FAR and DFARS clauses, including those related to item unique identification and valuation, and annual representations and certifications.
    This document is Amendment 0001 to Solicitation Number W912EF25BA002, issued by the US Army Engineer District Walla Walla, amending a solicitation for the fabrication and delivery of structural steel turbine draft tube slot fillers. The amendment updates the delivery schedule, clarifies the name of the U.S. Army Corps of Engineers Safety and Occupational Health Requirements document (EM 385-1-1), and revises attachments by removing Attachment 0001 and adding new Technical Specifications as Attachments 0003 and 0004. Key instructions for offerors include requirements for SAM.gov registration, firm-fixed-price bids including shipping costs, a 30-day bid validity period, and mandatory submission of qualifications for welding, NDT, inspection, structural steel fabrication, and painting contractors. Bids are to be submitted electronically via email to specific contacts by October 27, 2025, 12:00 PM PDT, with a telephonic bid opening one hour later. Responsibility criteria for contractors are outlined, and all inquiries must be submitted through ProjNet using the provided Bidder Inquiry Key.
    This document is an amendment to Solicitation W912EF25BA002, issued by the US Army Engineer District Walla Walla, extending the bid due date to November 17, 2025, at 12:00 PM Pacific. The amendment updates plans and technical specifications by replacing Attachment 0002 and 0003 with new versions (Attachments 0005 and 0006) and adding a summary of changes document (Attachment 0007). It outlines instructions for offerors, including requirements for bid submission, SAM.gov registration, tax exemptions, and qualifications for contractors. Bids must be firm-fixed-price, include shipping, and be valid for 30 days. The document details electronic bid submission procedures, emphasizing timely delivery and virus-free files. It also specifies responsibility criteria for contractors and outlines the process for submitting inquiries via ProjNet. The bid opening will be telephonic, and results will be posted on sam.gov. All other terms and conditions of the original solicitation remain unchanged.
    Amendment W912EF25BA0020003 to solicitation W912EF25BA002 by the US Army Engineer District Walla Walla, dated October 23, 2025, extends the offer receipt deadline. It primarily adds complete technical specifications for the McNary Powerhouse Turbine Draft Tube Slot Fillers. This includes Attachment 0008 (Technical Specifications), Attachment 0009 (Technical Specification Changes from Amendment 0001), and Attachment 0010 (Summary of Changes from Original Solicitation to Amendment 0001). The amendment also updates page counts for several technical specification documents. Offerors must acknowledge receipt of this amendment to ensure their bids are considered. All other terms and conditions of the original solicitation remain unchanged.
    Amendment 0004 to Solicitation W912EF25BA002 extends the bid due date to December 8, 2025, at 12:00 PM Pacific time. It updates technical specifications and clause 52.246-11 regarding "Higher-Level Contract Quality Requirements" for painting and fabricating contractors. New attachments, including "Technical Specifications - Amendment 0004" and "Summary of Changes," are added. Bidders must register with SAM.gov, submit bids electronically to specified contacts, and ensure bids are valid for 30 days. Compliance with EM 385-1-1 safety requirements and specific contractor certifications (AISC and SSPC QP 3 or AISC CCE-1) are mandatory. A telephonic bid opening will be held, and the contract will be awarded to the lowest-priced, responsive, and responsible bidder.
    This document is Amendment 0005 to Solicitation Number W912EF25BA002, issued by the US Army Engineer District Walla Walla, for the fabrication and delivery of twelve structural steel turbine draft tube slot fillers. The amendment updates the solicitation by adding specific FAR and DFARS clauses related to small business subcontracting plans (FAR 52.219-9 ALT I, FAR 52.219-16, and DFARS 252.219-7003), adding subcontracting plan language to the Instructions to Offerors, and updating technical specifications with Amendment 0005 as Attachment 13 and a summary of changes as Attachment 14. Key instructions for offerors include mandatory SAM.gov registration, submission of a Small Business Subcontracting Plan for large businesses, firm-fixed-price bids including shipping costs, and electronic bid submission by December 8, 2025, at 12:00 PM Pacific. The bid opening will be telephonic, and bidders must comply with USACE safety requirements (EM 385-1-1) and responsibility criteria outlined in FAR subpart 9.1.
    This document is an amendment to solicitation number W912EF25BA0020006, dated September 22, 2025, issued by the US Army Engineer District Walla Walla. The primary purpose of this amendment, effective November 20, 2025, is to correct the solicitation document by removing a monthly delivery restriction and changing the quantity for CLIN 0007 from 8 to 1. The amendment also details specific delivery restrictions for CLINs 0001-0007, requiring CLIN 0002 delivery no later than CLIN 0001, a 90-calendar-day waiting period after CLIN 0001 and 0002 delivery before fabricating CLINs 0003-0007, and prohibiting deliveries between December 15 and March 31 annually, unless approved by the Contracting Officer. The document includes a revised required delivery schedule for all CLINs and outlines procedures for offerors to acknowledge receipt of the amendment. All other terms and conditions of the original solicitation remain unchanged.
    This document, Amendment/Modification Number 0007 to Solicitation Number W912EF25BA002, issued by the US Army Engineer District Walla Walla, revises and updates technical specifications for a federal contract. The amendment primarily focuses on changes to "SECTION 01 11 01.00 28 SUPPLEMENTARY REQUIREMENTS," specifically renaming and revising Paragraph 1.4.1, "Additional Delivery and Fabrication Restrictions." It also updates the list of attachments, adding "Technical Specifications - Amendment 0007" and "Technical Specifications - Summary of Changes from Amendment 0005 Version to Amendment 0007 Version." The document also clarifies the process for offerors to acknowledge receipt of amendments, emphasizing that failure to do so by the specified deadline may lead to the rejection of their offer. This modification ensures all terms and conditions of the original document, as previously changed, remain in effect unless explicitly altered by this amendment.
    This government file, Amendment-0001 for the McNary Powerhouse Turbine Draft Tube Slot Filler (W912EF25BA002), outlines supplementary requirements and submittal procedures for contractors. Key aspects include required delivery dates for various draft tube slot fillers and dogging beams, with specific restrictions on fabrication commencement and seasonal deliveries. The document details contractor responsibilities for cleanup, equipment management (including testing and safety), protection of existing facilities, and project supervision. A significant portion covers a series of mandatory post-award meetings, such as pre-fabrication, CAD coordination, pre-painting, pre-delivery, and RMS orientation, each with specific attendees, leadership, and minute-taking requirements. Bi-weekly production meetings with progress photos and detailed agendas are also mandated. The file extensively describes submittal procedures, categorizing them as "Government Approved" or "Information Only," specifying formats for digital and hard copies, CAD file requirements (using Autodesk format), and the use of a Submittal Register. It outlines the government's quality assurance surveillance plan, including inspection, testing, and remedies for non-conforming services. Overall, the file emphasizes meticulous planning, stringent quality control, and detailed documentation throughout the project lifecycle.
    This government file, Amendment-0002 to W912EF25BA002 MNTDTSF352071, outlines supplementary and project scheduling requirements for the McNary Powerhouse Turbine Draft Tube Slot Filler project. It details delivery dates for various components, ranging from 12 to 32 months post-contract award, with restrictions on fabrication starts and monthly delivery limits. The document mandates specific meetings—post-award, pre-fabrication, CAD coordination, pre-painting, pre-delivery, and RMS orientation—and bi-weekly production meetings with progress photo submissions. It emphasizes contractor responsibilities for safety, site cleanup, equipment testing, and facility protection. Key personnel substitutions require government approval. The file also specifies comprehensive project schedule requirements, including software compatibility (Primavera P6 or equivalent with provided licenses), detailed activity breakdowns, cost loading, mandatory activities, and a strict activity coding dictionary. Contractors must submit preliminary, initial, and periodic schedule updates with narrative reports and various schedule reports. Delays require justification and time impact analyses, with strict rules on float ownership and recovery schedules.
    This government file, Amendment 0004 to W912EF25BA002 (McNary Powerhouse Turbine Draft Tube Slot Filler), outlines detailed specifications for painting hydraulic structures. It covers contractor qualifications (SSPC QP 3, AISC CCE-1), applicator certification (ASTM D4228), and coating inspector requirements (SSPC-PCI Level 2, NACE CIP Level 2). The document specifies product standards, including paint formulations (e.g., Formula C-200A, VZ-108D, V-766E) and their ingredients, alongside rigorous testing protocols like chromatographic analysis and adhesion tests. Execution details encompass surface preparation (SSPC SP 1, SSPC SP 5/NACE No. 1), paint application methods, film thickness measurements (ASTM D7091, SSPC PA 2), ambient conditions, and drying times before immersion. It also defines specific paint systems (e.g., System No. 5-E-Z, Epoxy Polysiloxane, System No. 6-A-Z) and repair procedures for coating defects. The document ensures quality and compliance for painting hydraulic structures in federal projects.
    This government file outlines the supplementary requirements, contractor work, access, staging areas, and structural metal fabrication for the McNary Powerhouse Turbine Draft Tube Slot Filler project. It details meeting schedules, delivery dates for various components (CLINs 0001-0007), and restrictions on delivery times and quantities. The document specifies requirements for equipment, personnel, quality assurance, and protection of existing facilities. It also covers submittals for work plans, shop drawings, material test reports, and various dimensional conformance tests (shop and at-site). Additionally, it addresses materials, fabrication processes, painting, hot-dip galvanization, and handling procedures for the slot fillers, emphasizing adherence to safety, quality, and regulatory standards. The project involves close coordination with government representatives through numerous meetings and approvals.
    This document outlines supplementary requirements for the McNary Powerhouse Turbine Draft Tube Slot Filler project (W912EF25BA002, MNTDTSF352071, Amend-0007). It details general requirements, including references to USACE safety standards and various submittals such as equipment lists and key personnel substitutions. Crucially, it establishes required delivery dates for different Contract Line Items (CLINs) of the Draft Tube Slot Fillers and Dogging Beams, with specific restrictions on fabrication after initial deliveries, including a 90-day Government design confirmation period. The document also specifies regular cleanup and debris disposal, equipment testing, protection of existing facilities, and contractor responsibility for work. Key personnel like the Project Superintendent are required on-site and specific post-award meetings (Pre-Fabrication, CAD Coordination, Pre-Painting, Pre-Delivery, and RMS Orientation) are mandated with detailed attendance and minute-taking requirements. Bi-weekly production meetings with progress photos and a three-week look-ahead are also required, with the Government retaining the right to monitor performance through a Quality Assurance Surveillance Plan.
    The McNary Powerhouse Turbine Draft Tube Slot Filler project (W912EF25BA002) outlines detailed requirements for the fabrication and delivery of draft tube slot fillers and dogging beams. The project emphasizes stringent safety, quality control, and scheduling protocols, including specific delivery dates over 32 months. Contractor personnel and vehicles are subject to security checks and identification requirements, with special provisions for non-US citizens requiring Foreign Visit Request (FVR) forms. The contractor must use Primavera P6-compatible software for scheduling, providing detailed activity breakdowns, cost loading, and regular updates. The project specifies various meetings, from post-award to bi-weekly production meetings, with strict documentation and reporting requirements. Government oversight includes quality assurance surveillance and the right to withhold payments for non-compliance. Integrating Antiterrorism (AT) and Operations Security (OPSEC) measures are mandatory, including E-Verify program compliance for all personnel.
    Amendment 0002 for the McNary Powerhouse Turbine Draft Tube Slot Filler project (W912EF25BA002) details revisions to various specifications and drawings. Key specification changes include updates to "CAD Requirements and Coordination Meeting" in SUPPLEMENTARY REQUIREMENTS, "Mandatory Activities" in PROJECT SCHEDULE, and "Submittal Descriptions (SD)" and "CAD File Requirements for Design Drawings Created After Award" in SUBMITTAL PROCEDURES. The amendment also deleted "AS-BUILT DRAWINGS" from CONTRACTOR QUALITY CONTROL, revised "DELIVERY REQUIREMENTS AND RESTRICTIONS" in CONTRACTOR WORK, ACCESS, AND STAGING AREAS, and added "TOUCH-UP PAINTING" to PAINTING: HYDRAULIC STRUCTURES. Additionally, Drawing SHEET S-506 has been revised. These changes clarify requirements and procedures for the project.
    This amendment (0004) for the McNary Powerhouse Turbine Draft Tube Slot Filler project (W912EF25BA002) revises Section 09 97 02.01 28 PAINTING: HYDRAULIC STRUCTURES of the specifications. Specifically, it updates Paragraph 1.3.1, which details the requirements for a “Qualified Shop Painting Contractor.” This change is part of an RFP process, likely clarifying or refining the qualifications needed for contractors bidding on the painting aspects of the turbine draft tube slot filler project.
    This document, "Summary of changes for Amend - 0005 McNary Powerhouse Turbine Draft Tube Slot Filler W912EF25BA002," outlines revisions made to specifications for a federal government project. The amendments specifically update sections related to delivery requirements, restrictions, and storage for the McNary Powerhouse Turbine Draft Tube Slot Filler. Key changes include modifications to Paragraph 1.4.1 "Additional Delivery Restrictions" in SECTION 01 11 01.00 28 "SUPPLEMENTARY REQUIREMENTS," Paragraph 1.4 "DELIVERY REQUIREMENTS AND RESTRICTIONS" in SECTION 01 55 29.10 28 "CONTRACTOR WORK, ACCESS AND STAGING AREAS," and Paragraph 1.8 "DELIVERY AND STORAGE" in SECTION 05 50 14.01 28 "STRUCTURAL METAL FABRICATIONS." These revisions are crucial for ensuring clarity and compliance in the delivery and storage aspects of the project, which is common in federal RFPs.
    This document, an amendment (0007) to the McNary Powerhouse Turbine Draft Tube Slot Filler project (W912EF25BA002), details revisions made to the project's specifications. Specifically, it highlights changes to SECTION 01 11 01.00 28 – SUPPLEMENTARY REQUIREMENTS. Within this section, Paragraph 1.4.1, previously titled “Additional Delivery and Fabrication Restrictions,” has been renamed and revised. These updates are crucial for contractors and stakeholders involved in the federal government RFP, ensuring they refer to the most current project requirements and restrictions.
    The document details changes made in Amendment 0001 for the McNary Powerhouse Turbine Draft Tube Slot Filler project (W912EF25BA002). Key revisions include updates to various sections of the specifications. SECTION 01 11 01.00 28 SUPPLEMENTARY REQUIREMENTS saw changes in submittals, delivery dates, and the addition of a "CAD Requirements and Coordination Meeting" paragraph. SECTION 01 33 00 SUBMITTAL PROCEDURES had revisions to submittals, CAD file requirements, and shop drawing submittals. SECTION 01 78 00.00 28 CLOSEOUT SUBMITTALS experienced significant deletions related to references, various types of drawings (As-Built, Record, Working As-Built), and submittal procedures. All affected paragraphs were renumbered accordingly, indicating a streamlining and clarification of documentation and submittal processes for the project.
    The McNary Powerhouse Turbine Draft Tube Slot Filler (W912EF25BA002) file details a government Request for Proposal (RFP) outlining general requirements for a construction project at McNary Dam. It covers project organization, general requirements, site restrictions, antiterrorism and operations security, and project scheduling. Key aspects include strict adherence to safety regulations (EM 385-1-1), detailed submittal procedures, and specific delivery dates for components over 32 months. The RFP emphasizes security protocols for personnel and vehicles, including identification badges and foreign visitor requests. Comprehensive project scheduling using Primavera P6 is mandatory, with strict guidelines on activity durations, cost loading, and reporting. The document also specifies various required meetings and the government's quality assurance surveillance plan.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MNA Vertical Pump Storage Platform
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers, Walla Walla District, is seeking sources for the fabrication and delivery of a Navigation Lock Unwatering Pump Platform for the McNary Lock and Dam in Umatilla, Oregon. The project requires the fabrication of structural steel components, including columns, beams, guardrails, gates, and fall protection anchors, all of which must meet specific tolerances and standards, including hot-dipped galvanization and compliance with AWS D1.1/D1.1M standards. This sources sought notice aims to identify capable small businesses that can fulfill these requirements, with interested firms required to submit their business size, past project experience, and other relevant details to the primary contact, Kristin Kreutzer, at kristin.n.kreutzer@usace.army.mil. This opportunity is not a solicitation but a preliminary step to gauge interest and capability, with no commitment from the government to procure supplies at this stage.
    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, delivery, and storage of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock in Burbank, Washington. This procurement involves the supply of materials and services necessary for the construction of the tainter gate, including compliance with specific quality control standards and certifications, as well as adherence to detailed technical specifications outlined in the solicitation documents. The project is critical for maintaining the functionality of the navigation lock, which plays a vital role in water management and transportation on the Snake River. Interested contractors must submit their bids by 2 PM PST on 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.
    Draft Tube Bulkhead Seal Replacement, Ft Randall Dam, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of draft tube bulkhead seals at Fort Randall Dam in Pickstown, South Dakota. The project involves supplying new rubber seal assemblies, side retaining bars, leaf springs, and other ancillary materials for eight existing bulkheads that are experiencing wear and leakage. This procurement is critical for maintaining the operational integrity of the dam, ensuring effective sealing performance to prevent water leakage. Proposals are due by December 9, 2025, and interested small businesses must contact Brandie Murphy at Brandie.L.Murphy@usace.army.mil for further details. The contract is subject to strict quality control and compliance with federal standards, with a completion timeline of 190 calendar days post-award.
    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.
    Fabrication and Delivery of Coffeeville Lock Lower Miter Gates and Spare Parts, Black Warrior-Tombigbee (BWT) Project Office, Tuscaloosa, AL
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the fabrication and delivery of lower miter gates and spare parts for the Black Warrior-Tombigbee Project Office in Tuscaloosa, AL. The contractor will be responsible for providing all necessary supervision, labor, materials, and equipment to fabricate, paint, and deliver two miter gates, each approximately 55 feet tall and 62 feet wide, weighing around 445,000 lbs., to the Coffeeville Lock, while also managing the removal of the old gates. This procurement is crucial for maintaining the operational integrity of the lock system and is set aside exclusively for small businesses under NAICS code 332312, with a size standard of 500 employees or fewer. Interested parties should note that the solicitation package will be available for download on or about December 10, 2025, and can be accessed at https://piee.eb.mil; for further inquiries, contact Sophia Chin at sophia.m.chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated oil accountability measures to minimize potential oil releases into the Columbia River, thereby improving environmental compliance and operational efficiency. This initiative is critical for managing approximately 400,000 gallons of oil at the dam and fulfilling obligations under a settlement agreement with Columbia Riverkeepers. Proposals are due by December 15, 2025, at 11:00 AM PST, with a construction budget estimated between $1,000,000 and $5,000,000. Interested parties should contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    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.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting bids for the Mount Saint Helens Sediment Retention Structure Crest Raise project, located on the North Fork Toutle River in Cowlitz County, Washington. The project aims to enhance sediment retention capabilities by constructing a crest raise of 5 feet, with an optional additional 5-foot raise, involving tasks such as mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete (RCC). This initiative is critical for managing sediment flow and maintaining river integrity, with a contract value estimated between $25 million and $100 million. Interested contractors must submit their bids electronically by December 19, 2025, and are required to attend a mandatory site visit on December 1, 2025, with prior registration. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Nicole Adams at Nicole.A.Adams@usace.army.mil.
    Industry Day Announcement for The Dalles transformers 9,10,11 repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is hosting an Industry Day to discuss the repair of transformers 9, 10, and 11 at The Dalles Dam in Oregon. The objective is to gather industry input on construction risks and capabilities related to the repair and improvement of these critical electrical components, which are essential for maintaining the dam's operational integrity. This event will provide an overview of the project scope, environmental considerations, and opportunities for networking, with a focus on enhancing contractor understanding of USACE's specifications and requirements. Interested firms must RSVP by December 12, 2025, to participate in the virtual meeting scheduled for January 29, 2026, and can contact Joseph B. Jarvis at joseph.b.jarvis@usace.army.mil for further details.
    Bonneville Powerhouse 1 Station Service Air Dryers Purchase
    Buyer not available
    The U.S. Army Corps of Engineers (COE) is seeking proposals from qualified small businesses to supply and install two Zeks Model 800 HSG air dryers at the Bonneville Lock and Dam in Cascade Locks, Oregon. This procurement aims to replace the out-of-service air dryers that are critical for the operation of recently replaced air compressors, ensuring continued support for essential power generation equipment. The contract, estimated at $56,710.00, requires delivery within 30 days of award and includes provisions for a factory-trained technician to assist with start-up, along with warranties for the equipment. Interested vendors should direct inquiries to Raymie Briddell at raymie.l.briddell@usace.army.mil, with proposals due in accordance with the solicitation guidelines.