BONNEVILLE SPILLWAY GANTRY CRANE REHABILITATION
ID: W9127N25RA021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Bonneville Spillway Gantry Crane at the Bonneville Dam, located in Cascade Locks, Oregon. This project involves a firm fixed price design-build contract aimed at restoring the reliability of the gantry cranes, addressing critical issues such as corrosion and structural integrity, with an estimated construction magnitude between $10 million and $25 million. The procurement process will utilize a two-phase selection method, focusing on past performance and management strategies, with a preference for HUBZone businesses, and is open for full competition. Interested contractors must submit their proposals by July 28, 2025, and can direct inquiries to Andrew Sprys at andrew.j.sprys@usace.army.mil or Alicia Evans at alicia.g.evans@usace.army.mil.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Portland District, is undertaking a project focused on the reliability restoration of spillway gate gantry cranes at the Bonneville Lock and Dam on the Columbia River, which spans Washington and Oregon. The project aims to address significant issues related to corrosion and structural integrity of the cranes, which are critical for safe navigation and operation within the dam's facilities. Key activities include the rehabilitation of various crane components, such as hoists, brakes, and structural elements, in compliance with industry standards. The project emphasizes the need for modifications to existing platforms for maintenance accessibility, ensuring safety compliance through the installation of guardrails. The detailed specifications and plans outlined in the document are integral for contractors participating in the upcoming bidding process, emphasizing the importance of quality, safety, and adherence to environmental regulations. This project reflects the federal government's commitment to infrastructure maintenance and public safety on critical waterways.
    The Offeror’s Experience Form is a crucial document required for submitting responses to federal and state/local Requests for Proposals (RFPs) and grants. It collects essential information about the offeror, including their name, project title, contract details, and the project's geographical location and completion status. The form emphasizes the significance of providing a detailed description of the project's scope to demonstrate its relevance to the proposed project. Additionally, it requires the offeror to detail their specific involvement in the project—indicating whether they acted as a prime contractor or subcontractor and outlining their roles and responsibilities, particularly in design and construction. This information is vital for evaluating the offeror's qualifications and the experience that aligns with the solicitation requirements, ensuring that proposals are assessed based on relevant past performance. The document is designed to facilitate transparency and clarity in the procurement process by standardizing the information required from potential contractors.
    The Source Selection Plan (SSP) outlines the procurement process for the Bonneville Spillway Crane Rehabilitation project, managed by the U.S. Army Corps of Engineers. This project entails rehabilitating two 350-ton spillway cranes at Bonneville Dam, critical for operational efficiency and safety compliance. The SSP details a Two-Phase Design-Build selection procedure, emphasizing Full and Open competition under the Best Value Trade-Off method to evaluate proposals. Phase One focuses on technical qualifications, requiring evaluations based on past performance and management approaches without price considerations. Up to five qualified offers will progress to Phase Two, where a technical approach, small business commitments, and pricing will be evaluated. The procurement aims to award a firm-fixed-price contract valued between $10 million and $25 million. Key roles in the source selection process include the Source Selection Authority (SSA) and the Source Selection Evaluation Board (SSEB), responsible for assessing submissions and making decisions. The SSP underscores the importance of safeguarding sensitive information throughout the evaluation process. The initiation of the solicitation is anticipated for March 2025, with contract awards projected for December 2025, reflecting the project’s commitment to compliance, safety, and effective project management.
    The Past Performance Questionnaire (PPQ) in the USACE document outlines the procedures for evaluating contractor performance under federal RFPs. The questionnaire is mandatory for projects lacking a Contractor Performance Assessment Reports System (CPARS) evaluation. Contractors must provide accurate client contact information for the submission of completed questionnaires, which can either be sent directly to the government or through the contractor. Key sections include contractor and contract details, project relevance, and a series of evaluations across various performance criteria such as quality, schedule adherence, customer satisfaction, management effectiveness, financial management, and safety compliance. Each section uses a rating scale from Exceptional to Unsatisfactory, allowing for a comprehensive assessment. The PPQ aims to gather objective feedback, aiding in the evaluation of contractors for future contracts, thus ensuring efficient project execution and accountability in government contracting processes.
    The Small Business Commitment Document (SBCD) outlines requirements for Offerors in federal acquisitions, specifically targeting the involvement of small businesses (SB). Offerors, particularly those classified as other than small businesses, must detail their commitment level to various SB categories, including Small Disadvantaged Businesses (SDB), Veteran-Owned Small Businesses (VOSB), and others, with a minimum commitment of 10% of the total contract value designated for SB participation to be eligible for award. The document instructs Offerors to specify the planned percentage of work for both large and small businesses, categorizing SB contributions by socioeconomic status and requiring identification of the Prime Offeror along with its subcontractors, supported by relevant codes. Additionally, Offerors are asked to describe their commitment duration and any contractual agreements in place. Past performance reflecting adherence to small business commitments must also be submitted, including relevant project details and compliance reports. This document emphasizes promoting small business participation in government contracts, ensuring transparency and accountability in their contributions within federal procurement processes.
    The document outlines a Small Business Subcontracting Plan (SBSP) required for contractors engaged under federal projects, specifically referencing the Federal Acquisition Regulation (FAR) guidelines. It mandates the submission of an individual SBSP detailing the planned subcontracting of various small business types, including Small Disadvantaged Businesses, Woman-Owned Small Businesses, HUBZone businesses, Veteran-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses. Key components include outlining financial commitments for subcontracting, establishing percentage goals for subcontracting activities, and describing types of supplies/services intended for each business category. The plan emphasizes the contractor's intent to promote equitable opportunities for small businesses by outlining strategies for notifications, compliance, and training initiatives. It requires the appointment of a Small Business Liaison Officer to oversee the adherence to goals and foster collaboration with these entities. It also mandates the use of reporting tools and documentation to assess compliance with the SBSP. Overall, this document serves as a formal commitment by the contractor to engage small business concerns effectively and address federal requirements, thereby enhancing their participation in government contracting opportunities.
    The Bonneville Dam Spillway Gantry Crane Rehabilitation project is a two-phase design-build solicitation aimed at restoring the reliability of the gantry cranes, specifically for Cranes 5 and 6, in North Bonneville, Skamania County, Washington. The solicitation is structured for a firm fixed price contract and employs a "Best Value Tradeoff" source selection process as per the Federal Acquisition Regulation. The project magnitude is estimated between $10 million to $25 million, and it emphasizes unrestricted, full, and open competition, with a price evaluation preference for HUBZone businesses. Phase One requires interested offerors to submit performance capability proposals without cost details, while Phase Two will select up to five firms for detailed technical and price proposals. Evaluation criteria will focus on past performance and management approach, with specific requirements laid out for proposal submission, including formatting and documentation as outlined in the solicitation sections. The process highlights compliance with federal regulations, site visit organization, and proposal evaluation procedures to ensure fair selection of contractors. The document represents a significant federal commitment to infrastructure and operational safety through systematic procurement and rigorous evaluation methodologies.
    The government document outlines amendments to a solicitation for proposals, specifically extending the submission deadline for Phase I proposals from July 10, 2025, to July 28, 2025. It emphasizes the need for offers to acknowledge receipt of the amendment through specified methods to avoid rejection of their proposals. The document also provides instructions for contractors wishing to modify their submitted offers, which must reference both the solicitation and amendment numbers. Additionally, it includes standard sections related to contract modifications, administrative changes, and the necessary signatures from a contracting officer and the contractor. Overall, the amendment serves to inform potential bidders about changes affecting the solicitation timeline while reinforcing that all other terms and conditions remain unchanged. This document is a critical aspect of managing government Requests for Proposals (RFPs), ensuring transparency and communication between the issuing agency and potential contractors.
    The document details an amendment to a solicitation for a federal contracting opportunity, extending the proposal deadline and revising evaluation criteria for offerors. It outlines a two-phase procurement approach, where Phase One involves submitting proposals evaluated without discussions to select up to five highly qualified offerors for Phase Two. Key points include compliance with submission requirements, the necessity of acknowledging amendments, and how proposals will be assessed based on past performance, management approach, and adherence to solicitation terms. The evaluation process includes a Proposal Compliance Review and assessments of non-price factors, focusing on past performance and management strategies related to the project. Past performance must showcase recent, relevant experience, and a management approach must reflect understanding of project execution requirements. Additionally, the contractor must submit detailed information for evaluation and maintain compliance with federal standards. The selection hinges on a blend of quality, relevance, and timely performance history. Ultimately, only the top-rated offerors will proceed to the next phase of the bidding process, emphasizing the importance of submitting well-prepared proposals that address all specific criteria established in the solicitation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    John Day Transportation and Site Access
    Dept Of Defense
    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.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    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 systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    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 enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    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.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Dept Of Defense
    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 located in Burbank, Washington. This procurement requires compliance with stringent technical specifications, including material standards, welding requirements, and quality control measures, as outlined in the updated solicitation documents. The Tainter Gate is a critical component for water control structures, ensuring the operational integrity of the navigation lock on the Snake River. Interested contractors must submit their bids by December 15, 2025, at 10:00 AM PST, and can direct inquiries to Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    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.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.