Rehabilitate Spillway Apron Slab at Oahe Dam, SD
ID: W9128F24B0022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF DAMS (Y1KA)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the rehabilitation of the Spillway Apron Slab at Oahe Dam in South Dakota, under Solicitation Number W9128F24B0022. The project involves selective demolition of existing concrete slabs and walls, followed by the installation of new concrete patches, replacement of two flood overflow check valves, and repainting of connection pipes. This initiative is critical for maintaining the structural integrity and operational efficiency of the dam, with an estimated construction cost ranging from $250,000 to $500,000. Interested small businesses must submit their sealed bids electronically by September 17, 2024, and are encouraged to contact Ariel Vogan or Nadine Catania for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The government solicitation, numbered W9128F24B0022, pertains to the rehabilitation of the Spillway Apron Slab at Oahe Dam, South Dakota. Issued on August 16, 2024, the deadline for submission of bids is September 17, 2024. The document outlines various tasks related to concrete repairs, spall repairs, joint repair with new materials, and incidental work necessary to complete the project. Five offerors submitted bids with varying estimated quantities and prices for required services, which in total amount to approximately $2.66 million, based on the highest bid. Additional details include the requirement for bid bonds from the offerors, acknowledgment of issued amendments, and certifications of compliance with federal regulations. The information reflects the structured process of government contracting aimed at ensuring fair competition and reasonable pricing for federal projects.
    The document details an amendment to solicitation W9128F24B0022 for the rehabilitation of the Oahe Spillway Apron. It updates the ProjNet key and extends the deadline for question submissions while maintaining all other terms unchanged. Bidders must email their bids by specified deadlines, ensuring submissions meet electronic requirements to avoid rejection. Key modifications include instructions for submitting bids, bidding information requirements, and outlining the bid opening process, which will occur via conference call, eliminating physical openings. Additionally, bidders are informed about the need for bid guarantees, potential use taxes, and adherence to the Buy American statute. The estimated construction cost ranges between $250,000 and $500,000. Questions regarding the bidding process should be submitted through ProjNet by September 11, 2024. The summary underscores the amendment's goal of facilitating bidding procedures while ensuring compliance with federal regulations and requirements, ultimately supporting project execution by the U.S. Army Corps of Engineers.
    The document is a sign-in sheet for participants involved in the Oahe Dam Rehabilitation project, specifically for the spillway apron slab, referenced by RFP number W9128F24B0022. Dated August 27, 2024, it lists the names and companies of various contractors, including Morris, Inc., Anderson Contractors, and SFC Civil Constructors. Notable attendees include Mark Morris, Ian Laber, and Auston Buchholtz from Anderson Contractors, along with Hunter Deckert from SFC Civil Constructors and Ben Madsen from Beartooth Waterjetting. Each entry includes the participants' email addresses and initial signatures, indicating their presence at the meeting related to the federal contract opportunity. This document serves the purpose of recording attendance and formalizing participant engagement in the bidding process for government contracts linked to the rehabilitation of critical infrastructure, illustrating transparency and accountability in federal project solicitations.
    The document outlines the Spillway Apron Slab Rehabilitation project for Oahe Dam in South Dakota, under the contract number W9128F24B0022, scheduled for release on August 1, 2024. Managed by the Omaha District of the U.S. Army Corps of Engineers, the project aims to repair damaged concrete structures, ensure structural integrity, and maintain operational efficiency. Key elements include detailed repair schedules for spalls, joints, and miscellaneous damages, specifying lengths and surface areas requiring treatment. Additionally, protocols are established for the removal of delaminated concrete, protection of existing reinforcement, and installation of new materials. The project emphasizes restoration of disturbed areas to their original condition and adherence to safety regulations during construction. Access to spillway doors must be maintained, and temporary traffic controls will be implemented for safe navigation through construction zones. The document emphasizes the importance of thorough preparations to ensure compliance with environmental and safety standards throughout the rehabilitation efforts. Overall, this initiative reflects the government's commitment to maintaining critical infrastructure while protecting public safety and environmental integrity.
    The Oahe Dam project involves rehabilitating the spillway apron slab and includes selective demolition of existing concrete slabs and walls, followed by forming, reinforcing, and curing concrete patches. The contract also covers replacing two 6" flood overflow check valves and repainting connection pipes. Estimated construction costs range from $250,000 to $500,000, and the project is set aside entirely for small businesses. Bidders must submit sealed offers electronically by September 17, 2024, at 2:00 PM. The evaluation of bids will focus solely on price, with no discussions. A mandatory site visit is scheduled for August 27, 2024, and bidders must RSVP. Compliance with the Buy American statute is required, and non-domestic materials must be justified if proposed. The document outlines various administrative requirements and clauses, including representations, certifications, and performance bonds, ensuring adherence to federal standards throughout the project. This solicitation highlights the government's commitment to fostering small businesses while maintaining transparency and accountability in public contracting.
    The document outlines the specifications for the Spillway Apron Slab Rehabilitation at Oahe Dam, South Dakota, under Solicitation Number W9128F24B0022 by the US Army Corps of Engineers. It provides comprehensive guidelines for the contractor, detailing project requirements across various categories, including General Requirements, Measurement and Payment, and specific technical sections for concrete rehabilitation and utility work. Key components include the contractor's responsibilities regarding site access, protection of existing structures, water management, and construction methodologies. Payment structures are defined, specifying how various repair works, including full-depth spall repairs, partial-depth repairs, and joint repairs, will be calculated. Additional administrative provisions cover project coordination, contractor quality control, safety, and environmental protections. Specific requirements for submittal procedures highlight the need for advanced planning and documentation management throughout the project lifecycle. The document emphasizes adherence to governmental standards and regulations, underscoring the importance of community cooperation and compliance with safety protocols. This solicitation reflects the federal government's procedures in managing public construction contracts while aiming to ensure quality and efficiency in infrastructure rehabilitation efforts.
    Lifecycle
    Similar Opportunities
    Z--DK-AO Heart Butte Safety of Dam Modification
    Active
    Interior, Department Of The
    The United States Bureau of Reclamation is preparing for a substantial dam safety modification project at the Heart Butte Dam near Elgin, North Dakota, estimated to exceed $10 million in value. The project, titled "Z–DK–AO Heart Butte Safety of Dam Modification," is a complex civil engineering endeavor aimed at enhancing the dam's structural integrity and addressing safety concerns. This opportunity notice is released as a special announcement to engage with potential contractors and gather their insights. The Bureau aims to optimize project scheduling, reduce costs, and mitigate risks by collaborating with experienced parties early in the process. Scope of Work The scope of this project involves a comprehensive range of construction and engineering tasks. This includes installing dewatering systems, constructing a cofferdam, grouting foundation voids, and repairing concrete outlet works. Additionally, the work requires excavating parts of the existing dam, building new sand filters, and implementing a drainage system with HDPE toe-drain pipes. The Bureau of Reclamation has provided detailed technical specifications outlining the precise dimensions and elevations required for these tasks. Eligibility Criteria Given the specialized nature of the project, the Bureau is seeking contractors with a strong background in heavy and civil engineering construction. Companies with the expertise and resources for precise excavation, construction, and modification work are encouraged to apply. Eligible contractors must demonstrate an ability to adhere to stringent industry standards and quality control measures. Funding and Contract Details The estimated value of the contract is expected to exceed $10 million. The contract type and funding details are not explicitly mentioned in the provided information. However, the project's significant value and complexity suggest a substantial funding commitment from the Bureau of Reclamation. Submission Process The Bureau of Reclamation encourages interested contractors to participate in the upcoming Industry Day for a comprehensive project briefing. The event will offer a detailed overview of the project's requirements and expectations. Feedback from attendees will be welcomed, providing an opportunity to shape the formal solicitation process. Evaluation Criteria While specific evaluation criteria were not provided, the Bureau is likely to assess applicants based on their expertise, past performance on similar projects, and ability to adhere to the stringent technical specifications and quality standards outlined. Contact Information For further clarification or additional information, interested parties can contact the primary point of contact, Mitchell Frost, at mfrost@usbr.gov or via phone at 0000000000. The Bureau of Reclamation looks forward to engaging with potential contractors and sharing details of this significant dam modification project.
    WD Mayo Alignment Structure
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers – Tulsa District is seeking contractors for the design-build replacement of an alignment cell at WD Mayo Lock and Dam 14, located on the Arkansas River in Oklahoma. The project, which is estimated to cost between $5,000,000 and $10,000,000, will utilize Fiber Reinforced Polymer (FRP) materials and aims to enhance the structural integrity of the dam. Interested firms, including small businesses and historically underutilized groups, are encouraged to submit their qualifications, relevant experience, and bonding capabilities by September 30, 2024, with the anticipated solicitation date set for November 2025. For further inquiries, interested parties may contact Kordel Tyler at kordel.m.tyler@usace.army.mil or Shawn Adkins at SHAWN.A.ADKINS@USACE.ARMY.MIL.
    Bonneville Spillway Rock Mitigation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the Bonneville Spillway Rock Mitigation project, which involves constructing two concrete barriers on the spillway apron of the Bonneville Dam in Oregon. The primary objective is to mitigate rock accumulation that damages the existing infrastructure, requiring underwater construction techniques and adherence to environmental controls during the specified in-water work period from November 1 to February 28. This project is critical for maintaining the structural integrity of the dam and ensuring effective water management, with an estimated construction cost exceeding $10 million. Interested parties must submit their responses to the Sources Sought notice by October 31, 2024, to the designated contracting officials, Kristel Flores and Andrea Smothers, via email.
    Chief Joseph Dam Electric and Hydraulic Elevators Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor for the replacement of electric and hydraulic elevators at the Chief Joseph Dam. The solicitation type is listed as a Best Value Trade-Off (BVTO). The scope of work involves replacing the existing elevators and associated equipment, with a focus on achieving energy efficiency and compliance with current safety standards. The key tasks include designing, fabricating, and installing new elevators, along with testing and commissioning to ensure proper functionality. The contractor will be responsible for providing all necessary materials, equipment, and labor. To be eligible for this opportunity, applicants should have a strong track record in construction projects, preferably including experience with dam infrastructure. The Army seeks a reliable and timely solution, so evidence of successful project completion and references will be crucial. Funding for this project is estimated at $2 million to $3 million, and the contract will likely be awarded as a firm-fixed-price arrangement. Interested parties should submit their proposals before the deadline stated in the solicitation document. The government encourages applicants to submit their bids electronically and also provides a physical address for hard copy submissions. The evaluation process will assess the technical merit and price of each proposal. The Army will conduct a comprehensive review, considering factors such as the offeror's qualifications, past performance, and the proposed approach. For any clarifications or questions, interested individuals and companies should contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or 206-764-6659. Alternatively, they can reach Scotty Britt at scott.w.britt@usace.army.mil or 206-764-3517. This opportunity is expected to result in a single award. The solicitation document, which potential bidders should carefully review, is available for download from the provided link.
    Bonneville Headgate Repair Pit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking information from potential contractors for the Bonneville Headgate Repair Pit project at Bonneville Dam, located in Oregon. The primary objective is to rehabilitate the headgate repair pit to ensure a safe and efficient work environment for maintenance activities, including corrosion repair and component replacements, while adhering to industry standards such as ASHRAE and OSHA. This project is crucial for maintaining the operational integrity of the Bonneville Powerhouse, which plays a significant role in the Federal Columbia River Power System. Interested firms must submit their responses by October 15, 2024, with an estimated construction cost between $5 million and $10 million, and are encouraged to contact Kristel Flores or Andrea Smothers for further details.
    Chief Joseph Dam Powerhouse Sump Pumps and Controls
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the rehabilitation of the Chief Joseph Dam Powerhouse drainage and unwatering sump pumps and controls. The project entails extensive work including the replacement of pumps, motors, and controls, as well as the installation of new piping, valves, and structural components such as ladders and platforms. This rehabilitation is crucial for maintaining the operational efficiency and safety of the dam's pumping systems. The estimated contract value ranges between $5 million and $10 million, with a Request for Proposal (RFP) to be issued using the Best Value Trade-off method. Interested contractors can reach out to Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Camilla Allen at camilla.allen@usace.army.mil for further information.
    Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-5
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit bids for the Fargo Moorhead Metropolitan Area Flood Risk Management Project, specifically the Southern Embankment Reach SE-5, located in Moorhead, Minnesota. This project involves the construction of an overflow earth dam embankment, including soil-cement mixture, a gravel road, and the replacement of existing culverts, with a total embankment length of approximately 1.8 miles. The project is crucial for enhancing flood risk management in the region and is estimated to have a contract value between $5 million and $10 million, with a total small business set-aside. Interested contractors should prepare for the anticipated solicitation release in late October or November 2024 and may contact Scott E. Hendrix or Kevin P. Henricks for further information.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for a project to re-establish the ditch line in the Emergency Spillway at William H. Harsha Lake in Batavia, Ohio. The contractor will be responsible for removing concrete gutters, establishing access roads, and ensuring compliance with all federal, state, and local regulations, with the project expected to be completed within 30 days following the Notice to Proceed. This procurement is crucial for maintaining the integrity and safety of the dam infrastructure, with an estimated contract value between $100,000 and $250,000. Interested parties are encouraged to attend a mandatory site visit on September 9, 2024, at 9:00 AM ET, and should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.
    Mud Mountain Dam Lower Cascade Creek Water Control Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the Mud Mountain Dam Lower Cascade Creek Water Control Facility project in Enumclaw, Washington. The objective of this procurement is to replace an outdated water control structure that failed during a flood event in 2009, necessitating the full demolition of the existing system and the construction of a modern facility designed to improve flood management capabilities and operational reliability. This project is critical for enhancing the hydrological management of Lower Cascade Creek, ensuring compliance with environmental standards, and minimizing disruption to existing operations, with an estimated construction cost between $10 million and $25 million. Interested parties should note that the solicitation is expected to be issued on or about October 17, 2024, with a closing date around December 3, 2024, and can contact Jeannette Patton at jeanette.k.patton@usace.army.mil for further inquiries.
    Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-3
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit bids for the Fargo Moorhead Metropolitan Area Flood Risk Management Project, specifically the Southern Embankment Reach SE-3, located in Cass County, North Dakota. The project entails the construction of a 1.7-mile-long embankment, utility crossings, and various infrastructure improvements, including the installation of box culverts and the maintenance of existing roads. This initiative is critical for enhancing flood risk management in the region, with an estimated contract value between $25 million and $100 million, and is set to be a Total Small Business Set-Aside. Interested contractors should prepare for the anticipated solicitation release in October or November 2024 and may contact Scott E. Hendrix or Kevin P. Henricks for further information.