Howard A. Hanson Dam Relief Tunnel Drain Maintenance
ID: W912DW24Q0028Type: Solicitation
Overview

Buyer

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

NAICS

Water Supply and Irrigation Systems (221310)

PSC

MAINTENANCE OF DAMS (Z1KA)

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 Howard A. Hanson Dam Relief Tunnel Drain Maintenance project, which is set aside for small businesses. The contractor will be responsible for providing all necessary supervision, labor, equipment, and materials to conduct drain camera inspections, cleaning, decommissioning, and repairs of the drainage tunnel, in compliance with federal, state, and local regulations. This project is critical for maintaining the integrity and functionality of the dam's drainage systems, which are essential for water management and public safety. Interested contractors must submit their bids by September 18, 2024, at 1:00 PM local time, and are encouraged to attend a pre-bid site visit on September 10, 2024, to familiarize themselves with the project requirements. For further inquiries, contact Londres Medranda at londres.medranda@usace.army.mil or Alex R. Marcinkiewicz at alex.r.marcinkiewicz@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The HAHD Relief Tunnel Drain Maintenance project's pre-bid sign-in sheet from September 10, 2024, documents the attendance of contractors and subcontractors interested in the maintenance work. Key participants included representatives from EMAGINFERED, Mottawks, Beartooth Jetting, and Bear Tooth Getting, who all provided their contact information. The purpose of the document is to facilitate the bidding process for potential contractors and ensure compliance with federal and local regulations regarding the maintenance of infrastructure, specifically the drainage systems associated with the HAHD Relief Tunnel. This initiative likely reflects broader governmental efforts to improve public works and maintain essential services, aligning with the goals of various federal grants and state/local RFPs aimed at enhancing public infrastructure resilience and efficiency.
    This document serves as an amendment to a solicitation and provides responses to industry questions following a site visit that occurred on September 10, 2024. The amendment specifies that all existing terms and conditions remain unchanged. A critical response addresses the anticipated variation in flows from the Relief Tunnel Drainage System, noting that flows are typically not observed when reservoir levels are below 1135 feet. During flood seasons (November to March), reservoir levels can drop to 1075 feet to allow for flood storage, with exceedance events lasting approximately 4 to 5 days. Maximum flows of up to 0.75 cubic feet per second are recorded at peak reservoir levels of 1206 feet, primarily held for fish conservation and not typically reached during floods. This document underscores the variable nature of weather impacts on reservoir management and aligns with regulatory compliance within federal contracting procedures, including acknowledgment of changes in solicitations and necessary documentation for offers. The amendment reinforces transparency in the procurement process and aims to provide clarity regarding operational conditions associated with the project.
    The document focuses on drainage tunnel improvements related to the Howard A. Hanson Dam in Ravensdale, Washington, as prepared by the U.S. Army Engineer District, Seattle. It outlines details concerning the maintenance and upgrade of existing drainage systems within the dam facility. Key features include various elevation and station points, existing and new drainage wells, horizontal drains, and associated geotechnical considerations. Additionally, it highlights specific design elements like vertical drains in the drainage tunnel, piezometers for monitoring water levels, and the need for surface repairs post-installation. Supporting details address the geologic profile, identifying layers such as bedrock and aquitards alongside the tunnel alignment, indicating challenges related to water management and potential landslide risks. The document serves as a technical reference for planning and executing drainage improvements, ensuring compliance with engineering standards while addressing environmental concerns. Overall, the file provides essential information for contractors involved in the project while detailing operational and safety protocols necessary for effective drainage management within the dam infrastructure.
    The file pertains to the as-built documentation for drainage tunnel improvements at the Howard A. Hanson Dam, located on the Green River in Washington, as prepared by the U.S. Army Engineer District in Seattle. Multiple design files dated May 9, 2013, outline specifications and installation details for various aspects of the project, identified by design plates M-512 through M-518. Each document represents a snapshot of specific installation details, indicating that the work has been completed and that this documentation serves as a reference for current and future assessments or modifications. The design files must be printed at a specific scale, and their proper handling is emphasized. This project reflects ongoing infrastructure improvements by the U.S. Army Corps of Engineers and supports the agency’s objectives to maintain and enhance existing facilities in alignment with federal standards and requirements.
    The document addresses issues related to a monitoring or maintenance project involving groundwater or well systems. It identifies multiple problems, such as sand and silt accumulating on screens, leaking end caps, and corroded screws at various joints. The monitoring report notes the presence of grout at joints and signs of biofouling, with drainage ports showing potential water filling. Observations include a clean screen at 20 feet depth but highlight corrosion and minor rust on an end cap, suggesting the need for repairs. This report intends to inform the necessary remedial actions, indicating the importance of equipment integrity in ensuring optimal functionality. The issues documented could have implications for both safety and the effectiveness of the water system being monitored, emphasizing the need for immediate attention and possible future repair or replacement as part of compliance with state and federal standards. This assessment could align with government RFPs or grants aimed at maintaining public health infrastructure.
    This government document is an announcement for a Request for Quote (RFQ) regarding the Howard A. Hanson Dam Relief Tunnel Drain Cleaning project. It indicates that the solicitation is set aside for small businesses and specifies that bids are due by 18 September 2024 at 1:00 PM local time. Contractors must be registered in the System for Award Management (SAM), and payment will be made electronically, mainly through EFT. Key components of the work include developing a work plan and executing various drain cleaning tasks as outlined in the Statement of Work (SOW). Specific requirements include demonstrating prior experience with government-owned dams and cleaning seepage drains. A pre-bid site visit is scheduled for 10 September 2024, allowing potential bidders to inspect the site under certain safety requirements. The RFQ includes guidelines for submission, evaluation criteria based on pricing and compliance with project requirements, and extensive details on legal clauses involved. The overarching purpose is to solicit competitive quotes from qualified small businesses while ensuring adherence to federal regulations and standards.
    Similar Opportunities
    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.
    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.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    Mt. St. Helen's Sediment Retention Structure Crest Raise
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the "Mt. St. Helen's Sediment Retention Structure Crest Raise" project located in Toutle, Washington. This sources sought notice aims to gather information on the capabilities and qualifications of potential contractors for a Firm-Fixed Price (FFP) contract to raise the crest of the Sediment Retention Structure on the North Fork Toutle River, which is critical for managing sediment flow and maintaining levee protection in the region. The project involves significant construction activities, including mobilization, river diversion, rock excavation, and concrete placement, with an estimated construction value exceeding $10 million. Interested firms must submit their responses by 12:00 PM Pacific Daylight Time on September 20, 2024, to Andrew Sprys at andrew.j.sprys@usace.army.mil, including relevant experience and qualifications.
    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.
    Baker Bay Pile Dike Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Baker Bay Pile Dike Repair project located in Ilwaco, Washington. This federal contract involves the repair and replacement of existing pile dikes at the Mouth of the Columbia River, with a construction estimate ranging from $10 million to $25 million. The project is critical for maintaining navigational safety and environmental integrity in the region, requiring compliance with various federal regulations, including labor standards and environmental protections. Interested contractors must submit their bids electronically by September 19, 2024, and can direct inquiries to Aragon Liebzeit at aragon.n.liebzeit@usace.army.mil or Michael Saldana at Michael.E.Saldana@usace.army.mil.
    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.
    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.
    John Day Dam Generator Water Cooling System Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the rehabilitation of the Generator Water Cooling System at the John Day Dam located in Rufus, Oregon. The project entails replacing generator air coolers, header and drain piping, and installing modulating valves and associated controls across 16 generator units to mitigate water infiltration issues that have led to generator failures. This initiative is critical for maintaining the operational efficiency of one of the largest hydroelectric facilities in the United States, with an estimated project cost between $5 million and $10 million. Interested small businesses must submit their proposals by October 11, 2024, and are encouraged to attend a site visit scheduled for September 25, 2024. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Andrea Smothers at andrea.k.smothers@usace.army.mil.