Garrison Dam Spillway Modification Project - Phase 2 Anchor Testing
ID: W9128F25QA010Type: Solicitation
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

OTHER QC/TEST/INSPECT- MISCELLANEOUS (H999)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 22, 2025, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Garrison Dam Spillway Modification Project - Phase 2 Anchor Testing, located in Riverdale, North Dakota. This project involves the installation and testing of foundation anchors to ensure the structural integrity of the dam, which is critical for flood control and management. The procurement emphasizes rigorous testing protocols and compliance with federal safety standards, reflecting the government's commitment to maintaining infrastructure safety. Interested contractors must submit their proposals by April 22, 2025, and are encouraged to contact Clinton Russell or Nadine Catania for further information regarding the solicitation and site visit scheduled for April 3, 2025.

Point(s) of Contact
Files
Title
Posted
The document outlines instructions for offerors responding to solicitation number W9128F25QA010 issued by the U.S. Army Corps of Engineers. It details a firm-fixed price service contract requiring interested contractors to inspect the work site on April 3, 2025, for which registration is necessary by April 2, 2025. Submissions must be electronic and adhere to a strict 25-page limit, including essential information such as company details and compliance with all terms of the solicitation. Key evaluative factors for contractor proposals include past performance in foundation drilling, project work plans detailing methodology, and pricing. Contractors must demonstrate experience through relevant past projects and provide a structured work plan. Evaluation criteria prioritize past performance, which is essential for award considerations. The proposal process includes requirements for questions through the ProjNet Inquiry system, emphasizing readiness and compliance with all terms. The overarching purpose is to secure contractors for key service needs of the Corps while ensuring compliance with regulations like the Buy American statute concerning domestic material use. This solicitation underlines the importance of detailed planning and evaluation in federal contracting to achieve optimal outcomes.
Apr 10, 2025, 8:06 PM UTC
This document outlines the scope of work and required supplies/services for a federal RFP related to the modification and construction of foundation anchors at Garrison Dam, ND. The project involves mobilization and demobilization of equipment, drilling and installing three types of foundation anchors (Conventional Bond Zone, Underreamed, and Belled), conducting grouting confirmation borings, and comprehensive surveying. The work also includes initial and additional watertightness testing of various anchor types, reinforced concrete anchor pad construction, field testing of anchors, long-term monitoring, site restoration, and preparation of work submittals. Each task item specifies the necessary labor, materials, and equipment needed to ensure compliance with the Performance Work Statement (PWS). The document specifies the need for thorough testing to guarantee anchor integrity and outlines the importance of detailed reporting and monitoring throughout the project. Prices for each line item must be provided, ensuring transparency and accountability in the procurement process. The overall goal is to enhance the structural safety and operational capacity of the dam, while maintaining adherence to federal regulations and industry standards.
The Performance Work Statement (PWS) outlines the Spillway Modification Anchor Investigation Phase 2 project at Garrison Dam, ND, set for March 2025. This initiative, part of a larger flood control and management plan, involves installing additional foundation anchors in the dam's spillway to ensure structural integrity. The project encompasses pre-fieldwork preparations, construction of twelve reinforced concrete test pads, and anchor installations and testing to verify design feasibility under specific load conditions. The scope includes equipment mobilization, rigorous quality control requirements, and compliance with federal and state safety standards. Contractors are tasked with preparing detailed plans for drilling, anchor installation, and environmental protection measures. They must ensure their personnel hold requisite qualifications and submit a series of approval-required technical documents. Furthermore, the contractor will be responsible for thorough project documentation, including daily reports and a comprehensive final report detailing all activities and testing results. Overall, this PWS emphasizes rigorous testing protocols and quality assurance measures, reflecting the government's commitment to maintaining infrastructure safety and performance in line with federal regulatory standards.
Apr 10, 2025, 8:06 PM UTC
The document outlines the submittal requirements and schedule for the GDSM Anchor Investigation Phase 2 project. It establishes a series of pre-field work and ongoing reporting obligations necessary before and during field services. Key items include the Quality Control Plan, Activity Hazard Analysis, Accident Prevention Plan, Draft and Final Anchor Test Plans, Concrete Mix Design Plan, and various testing results and documentation. Each submission has specified deadlines following the award, prioritizing safety and compliance with the project's standards. Regular updates such as Daily Shift Reports and monthly progress reports are required to ensure ongoing oversight and documentation. Final reports must include detailed findings and data related to the installation and testing of anchor systems. Overall, the document emphasizes a structured approach to project management and compliance, ensuring that all phases of work align with governmental expectations for safety and efficiency in federal projects.
The GDSM Anchor Investigation Phase 2 outlines the verified methodologies for foundation anchor testing, specifically focusing on the verification and modified extended creep test steps as stipulated by established FHWA and PTI guidelines. The document details a systematic approach to applying varying levels of loading to anchors over specified hold times, including cycles of load application and assessment of movement. The verification test, defined in Table 1, emphasizes a regimen of load applications and hold times for measuring total, residual, and elastic movement of anchors under significant loads. The modified extended creep test, detailed in Table 2, follows a progressive loading protocol, wherein the load is held until stability is reached at specified increments, culminating in a comprehensive evaluation that includes strict monitoring of movements. This rigorous testing framework is essential for ensuring the reliability of anchors in construction projects, reinforcing the government’s commitment to structural safety and integrity. The report serves as a guide for future RFPs and grants that involve foundation work, aiming to standardize practices that adhere to federal and local engineering protocols for public infrastructure projects.
The document outlines the Phase 2 Anchor Investigation project at the Garrison Dam in North Dakota, facilitated by the U.S. Army Corps of Engineers, Omaha District. It specifies the need for comprehensive survey control plans and anchor testing to ensure structural safety and integrity. The investigation encompasses detailed plans for existing and proposed anchor test pad locations, with defined coordinates, elevations, and site access routes. Critical design elements include concrete anchor pads, anchoring systems, and safety measures for the testing procedure. The primary goal of the project is to conduct thorough evaluations of structural support through anchor testing, which is vital for the dam's continued functionality and safety. Plans include the installation of advanced anchoring systems, ensuring compliance with specified strength requirements and quality controls throughout the process. By adhering to rigorous engineering standards, this investigation advances the Corps' commitment to maintaining infrastructure, thereby supporting public safety and resource management within the region.
Apr 10, 2025, 8:06 PM UTC
The document outlines the procedures for submitting shop drawings, equipment data, material samples, or manufacturer's certificates of compliance in relation to construction contracts managed by the U.S. Army Corps of Engineers (USACE). The primary focus is on the transmittal process initiated by contractors, requiring them to carefully fill out a specific form detailing the items submitted for approval. Key sections include identifying whether the transmittal is new or a resubmission, and categorizing the type of submission, such as shop drawings or product data. Each transmittal must have action codes assigned by the contractor and the USACE to track approval statuses—ranging from approval as submitted to disapproval. The instructions underscore that one transmittal should cover only one specification section, and any variations from contract requirements must be explicitly stated in the remarks. The importance of this process lies in facilitating compliance with contractual obligations while ensuring proper documentation and oversight in construction projects funded through government RFPs and grants.
The Drilling and Invasive Activities Program Plan (DIPP) for Garrison Dam focuses on the Anchor Investigation Phase 2 for the spillway modification project driven by a high urgency rating due to safety risks. Funded by the U.S. Army Corps of Engineers (USACE), the study aims to inform the design of the Garrison Dam Spillway Modification (GDSM) program initiated in 2023. This phase includes comprehensive drilling, sampling, and testing to evaluate the constructability of anchors and assess geological conditions to mitigate risks associated with hydraulic jacking and other potential failure modes. Key components of the project involve geotechnical investigations and hydrofracture assessments to understand soil and hydrological dynamics. Twelve concrete test pads and anchors will be constructed, with monitoring mechanisms established to address potential hydrofracture incidents and ensure the long-term performance of the anchors. The program adheres to the guidelines of ER 1110-1-1807 and emphasizes collaboration between contractors and USACE staff to meet safety and operational standards while advancing the modification design process through meticulous data gathering and analysis.
Apr 10, 2025, 8:06 PM UTC
The document outlines a request for proposals (RFP) related to the Anchor Test Area, indicating a federal initiative aimed at evaluating and enhancing infrastructure related to testing areas. It invites contractors and applicants to submit proposals that demonstrate capability in meeting technical requirements and project objectives. Key components of the RFP include specifications for the types of tests to be conducted, timelines for submission, qualifications for applicants, and an overview of the evaluation process for submitted proposals. The focus is on ensuring reliable execution of testing protocols and adherence to safety and regulatory standards. This RFP represents a vital step in advancing technological capabilities and improving performance metrics within designated test areas, aligning with federal goals for innovation and efficiency in operations.
The Geotechnical Data Report (GDR) for the Garrison Dam Spillway Modification outlines the ongoing investigation program to support proposed anchor modifications. The report serves as a foundational document for the Contractor's development of proposals and includes background data such as previous investigations and recommendations. The report is structured into two volumes, with Volume I containing draft reports from the Anchor Phase 1 investigation and Volume II featuring field investigation logs and historical documentation. The primary focus of the report is the Anchor Installation and Testing Program, which aims to evaluate the effectiveness of various anchoring methods while ensuring the structural integrity of the dam during flood events. The investigation involved extensive drilling, watertightness testing, and grout applications to establish optimal anchoring parameters. Testing results indicated some failures and adjustments needed in the procedures, specifically detailing movement and pressure discrepancies during verification tests. The data collected will inform future modifications and monitor the long-term performance of anchors, contributing to the dam's safety and compliance. This report exemplifies the federal government’s commitment to infrastructure improvements, guiding contract proposals, and ensuring the reliability of critical structures like the Garrison Dam.
Apr 10, 2025, 8:06 PM UTC
This document serves as an amendment to a federal solicitation, specifically extending the due date for quotes to April 22, 2025, at 2:00 PM Central Standard Time. The amendment stipulates that offers must acknowledge receipt of this change before the specified deadline, with various methods available for acknowledgement, including direct communication or via an amendment return form. It outlines conditions for those wishing to alter previously submitted offers, emphasizing that any modifications must reference the solicitation and amendment numbers. Beyond this amendment, all other terms and conditions of the original solicitation remain unchanged, ensuring continuity and clarity for potential contractors. The document exemplifies standard procedures in government Request for Proposals (RFPs) and contract modifications, underscoring the importance of adherence to established timelines and communication protocols in government contracting processes. It highlights requirements for compliance and proper documentation for contractors engaging with federal solicitations.
The document outlines a solicitation from the U.S. government for a contract to execute Phase 2 of the Anchor Testing Investigation Program related to the Garrison Dam Spillway Modification Project. It contains essential details for potential vendors, including requisition and contract numbers, award dates, solicitation information, and deadlines. The primary purpose is to invite women-owned small businesses to submit their proposals for a fixed-price contract to conduct the investigation. Key elements include the requirement for contractors to provide a detailed price schedule, confirming compliance with specific FAR clauses and contract conditions. The performance period spans from May 1, 2025, to March 11, 2026, with extensive contractual terms delineating obligations related to labor standards, subcontracting, and compliance with federal regulations, particularly concerning small business participation. The document serves to reinforce the government's commitment to promoting small business involvement in federal contracts, particularly those designed to support women-owned enterprises, while ensuring adherence to regulatory standards and the efficient execution of public works projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. The procurement aims to enhance the safety and structural integrity of the dam, addressing critical issues identified in previous assessments, including internal erosion and geological stability concerns. This project is vital for maintaining effective flood control and ensuring the safety of surrounding communities, reflecting the government's commitment to infrastructure resilience. Interested contractors must submit their proposals electronically by April 18, 2025, with a total estimated contract value between $250 million and $500 million. For further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.
Garrison Project - Admin and OM Janitorial
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified small businesses for the Garrison Project - Admin and Operations Management Janitorial Services in Riverdale, North Dakota. The contract encompasses comprehensive janitorial services for the Garrison Administration Building and Outside Maintenance Facility, including routine and non-routine cleaning tasks, with a total award amount of approximately $22 million over a five-year period from May 1, 2025, to April 30, 2030. This opportunity is particularly significant as it aims to enhance facility service quality while promoting participation from economically disadvantaged women-owned and service-disabled veteran-owned businesses. Interested contractors should direct inquiries to Jacob Thomas at jacob.j.thomas@usace.army.mil or Lee M Mccormick at lee.m.mccormick@usace.army.mil, and must adhere to the submission guidelines outlined in the solicitation documents.
Lock & Dam 7 Outdraft Modification
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the Lock & Dam 7 Outdraft Modification project located in La Crescent, Minnesota. This procurement involves modifying the existing weir and constructing a new rock weir structure at Lock & Dam 7, in accordance with the provided contract drawings and specifications. The project is significant for enhancing the infrastructure of non-building facilities, and it is set aside 100% for small businesses, with a firm fixed-price contract expected to range between $5 million and $10 million. Interested parties should contact Justin H. Rose at justin.h.rose@usace.army.mil or by phone at 651-290-5422 for further details.
MS RIVER MI 616-326 STONE REPAIRS TO REVETMENTS AND DIKES, FY25 FC/MR&T, MS RIVER BASIN, CHANNEL IMPROVEMENT PROGRAM INDEFINITE DELIVERY/INDEFINITE QUANTITY, (IDIQ)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for stone repairs to revetments and dikes along the Mississippi River, specifically between mile markers 616 and 326, as part of the Fiscal Year 2025 Channel Improvement Program. The project involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a total capacity of $30 million, including a minimum guarantee of $8 million, and encompasses tasks such as grading, stone paving, and environmental protection under varying water conditions. This initiative is crucial for maintaining and enhancing flood protection and the reliability of river infrastructure, reflecting the government's commitment to safeguarding local communities. Interested bidders must submit their proposals by April 22, 2025, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
GSU Transformer Supply, Oahe Dam, SD & Ft Peck Dam, MT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is preparing to solicit bids for the supply of generator step-up (GSU) transformers for the Oahe Dam in South Dakota and the Fort Peck Dam in Montana. The procurement includes the design and manufacturing of a total of 12 new GSU transformers, along with ancillary components, factory acceptance testing, and delivery to the respective power plants, where final acceptance testing and commissioning will be conducted by a separate installation contractor. This project is critical for maintaining the operational efficiency of the power generation facilities at both dams. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued around April 7, 2025, with a closing date around June 12, 2025. For further inquiries, contact Brandie Murphy at Brandie.L.Stallsworth@usace.army.mil or Marc Proietto at marc.proietto@usace.army.mil.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, which aims to modernize the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining the integrity and reliability of regional water management infrastructure. Interested small businesses must submit sealed offers by April 18, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
St. Vincent Township - Noyes Levee Repair
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit bids for the St. Vincent Township - Noyes Levee Repair project in Minnesota. This project entails the repair of approximately 3,150 feet of levee, which includes stripping topsoil and debris, recompacting levee fill, and restoring borrow pits, along with cleaning and inspecting existing culverts. The repair of the levee is crucial for maintaining flood protection and ensuring the safety of the surrounding areas. An Invitation for Bid (IFB) is expected to be issued around April 18, 2025, with a contract value estimated between $1 million and $5 million, and completion required by September 15, 2026. Interested contractors must be registered with the System for Award Management (SAM) and can contact Roberta L. Just at roberta.l.just@usace.army.mil or 651-290-5375 for further information.
Geotechnical Engineering Services for Military and Civil Projects
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Omaha District, is seeking qualified contractors to provide full geotechnical engineering services for military and civil projects within the Northwestern Division. The procurement aims to identify contractors capable of performing a range of services, including levee and dam engineering, geotechnical field investigations, soil and material testing, and various engineering services related to infrastructure and environmental assessments. This opportunity is crucial for ensuring the integrity and safety of military and civil projects, and interested contractors are encouraged to submit their qualifications and relevant experience by April 15, 2025. For further inquiries, potential respondents can contact Jacob Thomas at jacob.j.thomas@usace.army.mil or Lee M Mccormick at lee.m.mccormick@usace.army.mil.
Northwest Division Powerhouse Life Safety Upgrades Phase 1
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Walla Walla District, is seeking interested contractors for the "Northwest Division Powerhouse Life Safety Upgrades Phase 1" project. This opportunity involves a Construction Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) aimed at renovating and upgrading life-safety systems at hydroelectric powerhouses across various locations in the Pacific Northwest, including Washington, Oregon, and Idaho. The total procurement value is anticipated to be $99 million, with the intent to award up to four contracts, each featuring a three-year base period and two optional two-year extensions. Interested firms must submit their responses by April 25, 2025, to Chandra D. Crow at chandra.d.crow@usace.army.mil, including a capability statement and relevant project experience.
Riprap Overlay at Pomona Lake Project Dam
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the Riprap Overlay at Pomona Lake Project Dam, located in Osage County, Kansas. The project involves regrading and overlaying damaged portions of the upstream embankment slope with bedding and riprap, along with necessary repairs to access roads, debris removal, and other incidental work. This construction project is crucial for maintaining the integrity of the dam and ensuring safety in the surrounding area. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a bid due date extended to April 18, 2025, at 9 AM CDT. Interested contractors can reach out to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Matthew Wilson at MATTHEW.J.WILSON@usace.army.mil for further inquiries.