Solicitation for AFD Modulating Valve Temperature Controller
ID: W912DW25QA008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST SEATTLESEATTLE, WA, 98134-2329, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

PRESSURE, TEMPERATURE, AND HUMIDITY MEASURING AND CONTROLLING INSTRUMENTS (6685)

Set Aside

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

    The U.S. Army Corps of Engineers is soliciting bids for the supply and installation of four Water Temperature Modulating Systems to be utilized at the Albeni Falls Dam in Idaho. Each system must include a digital control panel, control valves with electro-mechanical actuators, and temperature sensors to effectively modulate the temperature of the cooling water control system. This procurement is critical for maintaining operational efficiency at the dam and is set aside for small businesses under the Small Business Administration guidelines. Interested contractors must submit their proposals by June 20, 2025, at 11:00 AM Pacific Time, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential bidders can contact Hien Ho at hien.ho@usace.army.mil or Alex Marcinkiewicz at alex.r.marcinkiewicz@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines Amendment 0001 to a solicitation concerning a contract, specifically addressing modifications related to the inclusion of questions and answers from interested contractors regarding a modulating valve's specifications. It clarifies that while a larger valve is typically used for flow rates between 36-50 GPM, a smaller valve is acceptable provided it can handle a maximum flow rate of 120 GPM. This amendment aims to optimize the valve size in line with typical system flow characteristics. Additionally, the amendment specifies that all bidders must acknowledge receipt of this document and that other terms and conditions of the original solicitation remain unchanged. This notice is part of a federal procurement process, ensuring potential vendors are informed adequately to submit compliant proposals while maintaining the integrity of the procurement timeline.
    This document details Amendment 0002 to a solicitation issued by the U.S. Army Corps of Engineers for a contract related to modulation valve replacements. The amendment provides responses to several Requests for Information (RFIs) concerning technical specifications, such as the sizing and type of control valves required, availability of existing equipment details, and modifications allowed in the designs. Key changes include the clarification that the existing system is electro-pneumatic, with preferred use of an electro-mechanical actuator, and that the installation must fit existing connections in the cooling system. Importantly, the submission deadline has been extended from June 17, 2025, to June 19, 2025. Additionally, bidders are reminded to acknowledge receipt of this amendment and ensure compliance with the System for Award Management (SAM) registration, as this is mandatory for bid eligibility. The amendment emphasizes that quotes must meet specified requirements, and all taxes associated with the project must be factored into the cost without a separate line item for taxes. This amendment reflects an ongoing effort to ensure clarity in procurement processes within government contracts.
    This document is an amendment to solicitation W912DW25QA008, issued by the U.S. Army Corps of Engineers, Seattle District. The amendment, effective June 17, 2025, addresses bidder inquiries regarding the Cooling Water Modulating System project, clarifying specifications related to various Johnson Control valves. Notably, it distinguishes that the cooling system uses filtered river water, not for HVAC applications, specifying the VG2231VN+865D00 as the sole valve requested. It states that three systems plus one spare are required, extending the bid submission deadline from June 19 to June 20, 2025, at 11:00 AM Pacific Time. The amendment stresses the necessity for bidders to acknowledge receipt and to comply with registration in the System for Award Management (SAM) to qualify for contract awards. It provides essential instructions for proposal submissions, including required documentation and tax responsibilities. The overarching purpose is to ensure potential contractors are well-informed about project requirements and administrative changes affecting the solicitation process.
    The U.S. Army Corps of Engineers is soliciting proposals for a Temperature Modulating Valve System for the Albeni Falls Dam in Oldtown, ID. The system requires four digital control panels, valves with electromechanical actuators, and temperature sensors to manage the temperature of a hydroelectric unit's cooling water loop. Key specifications include a 4-inch modulating valve, a pressure rating of 125 PSI, and a flow rate between 150 to 500 GPM. The contractor is expected to supply, program, and commission the equipment, which will be installed by the government. Additional requirements include a spare parts provision and compliance with specific installation and operation guidelines. The delivery of components must occur by May 29, 2025, during specified business hours, ensuring new equipment standards with a one-year warranty covering all associated costs. The proposal highlights the importance of maintaining operational efficiency and regulatory adherence in managing resources within the hydroelectric system. This document represents a structured federal RFP aimed at improving infrastructure to support energy production.
    The document is a Request for Quote (RFQ) from the U.S. Army Corps of Engineers, specifically for the supply and installation of four Water Temperature Modulating Systems to be used at the Albeni Falls Dam. The RFQ outlines key details such as the required specifications, delivery schedules, and expectations for contractor performance, including training and commissioning support. Interested contractors must be registered in the System for Award Management (SAM) and recognize that the solicitation is a Small Business Set-Aside. Key requirements state that the systems must modulate cooling water temperatures effectively and include components such as a digital control panel and electro-mechanical actuators. Additionally, the contractor is obligated to provide a complete Operations and Maintenance Manual and a minimum one-year warranty on all parts and labor. The award will be made to the lowest responsible quoter whose submission complies with the specifications. The deadline for submissions is set for June 17, 2025. This RFQ exemplifies clear guidelines for participation in government contracting, emphasizing compliance and efficient service delivery.
    The U.S. Army Corps of Engineers (USACE) Seattle District has issued a Sources Sought Notice for a Temperature Modulating Valve System necessary for regulating cooling water temperatures at the Albeni Falls Dam in Oldtown, ID. This announcement is intended for market research rather than for proposals and seeks firms capable of supplying and commissioning the system, which includes digital control panels, modulating valves, temperature sensors, and spare components. Contractors will provide programming, operational documentation, functional verification, and training, while the government will handle equipment installation. Interested firms should submit a capabilities package with relevant business information, experience related to valve systems, and indications of whether they are manufacturers or distributors. Responses are due by April 21, 2025, and firms must be registered with SAM.gov to be eligible for future awards. Contact details for the contract specialist and an SBA representative are provided for additional inquiries.
    Lifecycle
    Title
    Type
    Similar Opportunities
    McNary Dam Staff Gauges
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of custom-built staff gauges for the McNary Navigation Lock & Dam in Oregon. The procurement involves two sets of staff gauges, with specific dimensions ranging from 258 to 275 feet and 335 to 343 feet, constructed from 16-gauge enameling iron with a porcelain enamel finish, and must include detailed drawings with proposals. These gauges are critical for monitoring water levels and ensuring the operational efficiency of the dam, with a requirement for delivery within fifteen weeks of contract award. Interested contractors must submit their proposals via ProjNet by January 6, 2026, and can contact Callie Rietfors at callie.rietfors@usace.army.mil or 509-527-7280 for further information.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    Y--Hungry Horse Excitation System Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting bids for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement, designated under solicitation number 140R1025B0003, is a total small business set-aside and involves the replacement of excitation system equipment, with an estimated contract value between $5 million and $15 million. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical systems. Interested contractors must submit their bids by December 17, 2025, at 1:00 PM MDT, with all submissions required to be mailed to the Columbia Pacific Northwest Regional Office in Boise, ID, as electronic submissions will not be accepted. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    Spare Transformers for the Lower Snake River Plants
    Dept Of Defense
    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.
    Braddock Locks and Dam Hydraulic System Upgrades
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Braddock Locks and Dam Hydraulic System Upgrades project. This procurement involves the demolition and removal of the existing hydraulic system and its components, followed by the installation of a new hydraulic system, including supporting controls and buildings. The project is critical for maintaining the operational integrity of the dam, ensuring safety and efficiency in water management. The contract, valued between $10 million and $25 million, is set aside exclusively for small businesses, with a completion timeline of 730 calendar days after the issuance of the Notice to Proceed. Interested bidders must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contact Mario Dizdarevic at Mario.Taormina@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil.
    MNA Draft Tube Slot Fillers
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking bids for the procurement of MNA Draft Tube Slot Fillers. This opportunity involves the submission of offers for various contract line item numbers (CLINs) related to the fabrication of structural metal components, which are essential for the operation and maintenance of the McNary Dam. The bid opening took place on December 11, 2025, with several companies, including Northern Flowers and Transco Industries, submitting proposals that detail pricing and compliance with the solicitation requirements. Interested parties can reach out to Kristin Hyde at kristin.a.hernandez@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further information regarding the bidding process and requirements.
    Dworshak Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking interested contractors for the Dworshak Powerhouse Roof Replacement project located in Ahsahka, Idaho. This construction project involves the removal and installation of roofing systems over multiple structures at the Dworshak Dam, with a projected contract value between $5 million and $10 million and a performance period of approximately 300 days. The project is critical for ensuring the integrity and safety of the powerhouse and ancillary roofs, which require specialized waterproofing systems and adherence to strict safety and quality control standards. Interested businesses must respond to the sources sought notice by January 7, 2026, providing relevant project experience and qualifications to Preston Jones at Preston.E.Jones@usace.army.mil or Jani Long at Jani.C.Long@usace.army.mil.
    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.
    Dept Of Defense
    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.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.