Garrison Dam Spillway Modification Project - Phase 2 Anchor Testing
ID: W9128F25QA010Type: Presolicitation
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 3, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 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 enhance the structural integrity of the dam, with a focus on rigorous geotechnical investigations and compliance with federal safety standards. The initiative is critical for ensuring the dam's reliability during flood events and aligns with the government's commitment to infrastructure improvement. Interested contractors must submit their proposals by April 22, 2025, and can direct inquiries to primary contact Clinton Russell at clinton.e.russell@usace.army.mil or secondary contact Nadine Catania at nadine.l.catania@usace.army.mil.

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 17, 2025, 2:06 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.
The document outlines the Performance Work Statement (PWS) for the Spillway Modification Anchor Investigation Phase 2 at Garrison Dam, North Dakota. This project, authorized under the Flood Control Act of 1944, aims to install foundation anchors in the dam's spillway to enhance stability and performance against design loads. The project is divided into various phases, with Phase 2 focusing on constructing concrete anchor pads, drilling, and testing reinforced concrete foundation anchors following geotechnical assessments. Key tasks include pre-fieldwork approvals, equipment mobilization, and compliance with safety and quality control regulations. The contractor is responsible for drilling operations, anchor installation, and maintaining quality standards outlined in the Quality Control Plan (QCP). Qualifications for contractor personnel, including anchor fabricators and installers, are specified to ensure expertise in similar projects. The timeline requires completion of work within 360 days post-award, with all materials and activities documented and reported to meet government oversight. The document emphasizes environmental and safety protocols, addressing potential impacts on local endangered species and adherence to federal regulations. This investigation serves as a critical step in the long-term enhancement of the Garrison Dam infrastructure.
Apr 17, 2025, 2:06 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 17, 2025, 2:06 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 17, 2025, 2:06 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 17, 2025, 2:06 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.
Apr 17, 2025, 2:06 PM UTC
The document serves as an amendment to a federal solicitation, extending the deadline for receipt of offers and providing instructions for acknowledgment of the amendment. It outlines methods through which contractors can formally recognize the amendment, emphasizing that failure to do so may lead to rejection of their offer. Additionally, it specifies procedures for modifying existing contracts, including necessary references and communication requirements. The primary purpose of the amendment is to update essential project documentation such as the performance work statement, price schedule, and specific drawings related to the project for which the solicitation was originally issued. Importantly, it reassures that all other terms and conditions previously stated will remain unchanged. This amendment reflects the standard practices in government contracting, ensuring clarity and compliance for all parties involved in the solicitation process.
The document details the price schedule for the Spillway Modification Anchor Investigation Phase 2 at Garrison Dam, ND. It outlines various tasks associated with the project, including surveying, drilling and installing various foundation anchor systems (Conventional Bond Zone, Underreamed, and Belled), grout confirmation borings, watertightness testing, anchor field testing, and concrete anchor pad construction. Each item specifies required materials, labor, and equipment necessary for completion. The pricing structure requires costs to be clearly delineated for each task, with adjustments subject to government verification. Essential tasks include the setup for initial and additional watertightness testing, anchor fabrication, long-term monitoring, site restoration, and preparation of work submittals. The document serves as part of a government Request for Proposal (RFP) process, illustrating detailed scope and cost estimation for contractors bidding on the project. Overall, it underscores the comprehensive requirements and procedural compliance necessary for the execution of the project.
Apr 17, 2025, 2:06 PM UTC
The document pertains to the proposed modification of the Garrison Dam spillway in North Dakota, detailing the existing anchor test pad area and associated site access points. It includes geographic coordinates for various locations relevant to the project, such as stockpiles and disposal areas. The site plan indicates existing infrastructure, including gravel roads and fencing provided by the government. The schedule notes that an extension of the testing area is to be carried out by the government in spring 2025, emphasizing ongoing governmental oversight. The document's structure highlights the various site elements essential for project execution, mapping out both current conditions and planned enhancements. This aligns with federal infrastructure improvement efforts, showcasing the Army Corps of Engineers' commitment to maintaining and upgrading crucial civil works projects. The detailed specifications underscore the project's significance in enhancing structural integrity while managing environmental considerations.
Apr 17, 2025, 2:06 PM UTC
The document outlines the Phase 2 Anchor Investigation for Garrison Dam in North Dakota, managed by the U.S. Army Corps of Engineers, Omaha District. It serves as a directive for conducting anchor tests at the dam site, detailing proposed locations for anchor test pads alongside existing infrastructure. The main focus is on the layout of the site, which includes the positioning of existing and new anchor test pads, as well as access roads, laydown areas, office, and parking spaces. The document specifies that the final limits of site disturbance will require government approval and notes that concrete pad locations are approximate, contingent upon the contractor's work plan. This project is essential to evaluate the integrity of the dam’s anchor system, ensuring safe operations and compliance with federal requirements. The overall tone is technical and procedural, indicative of government construction and engineering projects aimed at infrastructure maintenance and improvement.
Apr 17, 2025, 2:06 PM UTC
Apr 17, 2025, 2:06 PM UTC
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
Presolicitation
Similar Opportunities
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.
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, is soliciting proposals 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 involves the design, manufacturing, delivery, and testing of a total of 12 GSU transformers, including ancillary components, with specific requirements for factory acceptance testing and final commissioning. These transformers are critical for the electrical infrastructure supporting power generation at both dam sites, ensuring reliable energy distribution. Interested contractors must register in the System for Award Management (SAM) and submit their proposals by August 6, 2025, with inquiries directed to Brandie Murphy at Brandie.L.Stallsworth@usace.army.mil or Marc Proietto at marc.proietto@usace.army.mil.
Webbers Falls Tainter Gate Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa District, is seeking information from qualified contractors for the replacement of tainter gates at the Webbers Falls Lock and Dam in Oklahoma. This project involves the design and construction of new gates that will replace existing spillway gates, ensuring compatibility with the current structure while modernizing the design to enhance durability and safety. The estimated construction cost ranges from $25 million to $50 million, with a project duration of approximately 365 days. Interested firms must respond to the sources sought synopsis by May 23, 2025, and can contact Tyler Godwin at tyler.l.godwin@usace.army.mil for further details.
Lower Granite Dam Turbine Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the "Lower Granite Dam Turbine Intake Gate Hydraulic System Upgrades" project, which involves significant upgrades to the hydraulic system at the Lower Granite Lock and Dam in Pomeroy, Washington. The project aims to enhance operational efficiency by replacing the intake gate hydraulic system, including the installation of new hydraulic cylinders, support beams, and a hydraulic power unit, organized into three distinct phases to ensure safety and compliance with regulations. This initiative is crucial for maintaining the infrastructure of the facility, with an estimated contract value between $10 million and $25 million. Interested small businesses must submit their proposals electronically by May 16, 2025, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
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, aimed at modernizing 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 stringent safety and environmental regulations. This initiative is crucial for maintaining the operational integrity of the dam, which plays a vital role in regional water management. Interested small businesses must submit sealed offers by April 25, 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.
Little Goose Lock and Dam Stilling Basin Sediment Removal
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking small business sources for a construction project focused on sediment removal from the stilling basin at Little Goose Lock and Dam in Washington State. The project involves dredging approximately 28,000 cubic yards of sediment and inspecting the concrete surfaces of the stilling basin to inform future maintenance and repair actions. This opportunity is critical for ensuring the operational integrity of the dam and maintaining safety standards, with a firm-fixed-price construction contract anticipated. Interested businesses must submit their qualifications and relevant project experience to Preston Jones by April 30, 2025, with the on-site work window scheduled from November 16, 2025, to February 27, 2026.
Fort Peck PH 1 Surge Tank Roof Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is seeking contractors for the Fort Peck PH 1 Surge Tank Roof Replacement project in Montana. This project involves the complete restoration of the Surge Tank roof at the Ft. Peck Powerhouse, originally constructed in the 1940s, to comply with historical preservation standards, including the removal of existing roofing materials and replacement with historically accurate Ludowici clay tiles. The estimated construction cost ranges from $1 million to $5 million, with a solicitation expected to be issued on or about May 5, 2025, and closing around June 4, 2024. Interested contractors should contact Lynne D. Reed at lynne.d.reed@usace.army.mil or 402-995-2039 for further details and ensure they are registered in the System for Award Management (SAM) to access solicitation documents.
WHITNEY POINT REGULATING OUTLET (RO) REHABILITATION, BROOME COUNTY, NEW YORK
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking proposals for the rehabilitation of the Whitney Point Lake regulating outlet located in Broome County, New York. This project involves extensive construction work, including the fabrication and installation of new bulkheads, service and emergency regulating outlet gates, trashracks, and various associated machinery and electrical components. The rehabilitation is crucial for maintaining the operational integrity and safety of the dam infrastructure. The anticipated contract value is between $10 million and $25 million, with an official Request for Proposal (RFP) expected to be posted around May 9, 2025, and a site visit tentatively scheduled for June 3, 2025. Interested offerors must register in the Procurement Integrated Enterprise Environment (PIEE) to submit proposals, and inquiries can be directed to Rosemarie Rollins at rosemarie.e.rollins@usace.army.mil or Sharon Alexander at sharon.l.alexander@usace.army.mil.
Repair Stilling Basins, Oologah Lake, Oklahoma
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to issue a Request for Proposal (RFP) for the repair of the stilling basin at Oologah Lake, Oklahoma. This project, classified under NAICS code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical infrastructure needs by dewatering the basins and executing necessary repairs. The anticipated contract, valued at up to $45 million, will utilize a Lowest Price Technically Acceptable procurement method, with proposals expected to be submitted by mid-June 2025. Interested vendors must register on the Interested Vendors List and the System for Award Management (SAM) to access the RFP and related documents, and they should note that costs incurred in response to this notice will not be reimbursed. For further inquiries, contact Clinton J. Yandell at clinton.j.yandell@usace.army.mil or Shawn G. Brady at shawn.brady@usace.army.mil.