Draft Tube Bulkhead Seal Replacement, Ft Randall Dam, SD
ID: W9128F26QA004Type: Presolicitation
Overview

Buyer

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

NAICS

Gasket, Packing, and Sealing Device Manufacturing (339991)

PSC

RUBBER FABRICATED MATERIALS (9320)

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 (USACE), is soliciting proposals for the replacement of draft tube bulkhead seals at Fort Randall Dam in Pickstown, South Dakota. The project involves supplying new rubber seal assemblies, side retaining bars, leaf springs, and other ancillary materials for eight existing bulkheads that are experiencing wear and leakage. This procurement is critical for maintaining the operational integrity of the dam, ensuring effective sealing performance to prevent water leakage. Proposals are due by December 9, 2025, and interested small businesses must contact Brandie Murphy at Brandie.L.Murphy@usace.army.mil for further details. The contract is subject to strict quality control and compliance with federal standards, with a completion timeline of 190 calendar days post-award.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for replacing draft tube bulkhead seals at the Fort Randall Dam in Pickstown, South Dakota. The project's objective is to supply new rubber seal assemblies, side retaining bars, leaf springs, and ancillary materials for eight of the nine existing bulkheads, which are showing signs of wear and leakage. The work must be completed within 390 days of contract award, with specific delivery schedules for various components. The contractor is responsible for quality control, adhering to numerous federal and industry standards, and ensuring all materials and fabrication meet strict specifications. Detailed procedures for material testing, fabrication, machine work, and a comprehensive painting process with specific formulas and application guidelines are provided. The government will conduct quality assurance, inspections, and testing, with payment contingent upon the delivery and acceptance of specified items.
    This government file details the specifications for the Draft Tube Bulkhead Seal Replacement at the Fort Randall Dam and Reservoir Powerhouse on the Missouri River, overseen by the U.S. Army Corps of Engineers. The document includes detailed rubber seal drawings (top, side, and bottom seal assemblies) with precise dimensions, tolerances, and material requirements. Key instructions for the contractor include field measuring side seal bar length and bolt spacings for all eight existing draft tube bulkheads, and submitting a report with findings. Seals are to be delivered undrilled. The file emphasizes quality control with GQAR inspection, specifies Teflon coating for top and side seals (excluding the bottom), and outlines tolerances for various dimensions. It also details requirements for bolt holes, sharp edge breaking, and references related drawings, indicating a comprehensive project for seal replacement and associated structural modifications.
    This document provides answers to questions regarding Solicitation #W9128F25QA004 for the Draft Tube Bulkhead Seal Replacement at the Fort Randall Dam, SD. Key clarifications include confirming that the rubber seals are not considered safety-critical parts, meaning a leak would not constitute an emergency. The project is for USACE civil works, making it non-military and compliant with Motion's sales policy. There are no flow-down or DPAS rating requirements. The US Army Corps of Engineers (USACE) is the end-user. Finally, the correct quantity of side seal retaining bars required is sixteen (16), correcting a typo in the solicitation description.
    The government file details various clauses and provisions pertinent to federal contracting, covering areas such as commercial products and services, small business programs, and specific prohibitions. Key clauses address topics like contractor representation regarding small business status, restrictions on certain foreign purchases, and policies against trafficking in persons. It outlines requirements for equal opportunity, veteran employment, and environmental compliance, including the non-manufacturer rule and rules for promoting clean air and water. The document also includes payment provisions, such as accelerated payments for small businesses, and details on protest procedures after award. Definitions for "long-term contract" and "small business concern" are provided, ensuring clarity on eligibility and compliance for contractors.
    This government file outlines a Performance Work Statement (PWS) for the replacement of draft tube bulkhead seals at the Fort Randall Dam. The project requires the contractor to supply rubber seal assemblies, side retaining bars, leaf springs, and ancillary materials for eight existing bulkheads, fabricated in 1949, which are showing signs of cracking and deformation. The objective is to deliver these items within 190 days of contract award to the United States Army Corps of Engineers at Fort Randall Dam, Pickstown, SD. The document details specific material requirements, quality assurance protocols, fabrication standards, painting specifications, and various federal and industry regulations that the contractor must adhere to. Submittals for government approval, including quality control plans and shop drawings, are mandatory. The contract emphasizes strict quality control, safety, and environmental compliance, with payment contingent on the delivery and acceptance of all specified items.
    This document is an amendment to solicitation number W9128F26QA0040002, issued by the KO Contracting Office. The purpose of this amendment is to update the Performance Work Statement, incorporate revised Contract Line Items (CLINs) to reflect the Price Schedule and Section 2.0.2 Time of Delivery, and extend the solicitation due date from November 27, 2025, to December 9, 2025. The amendment introduces new CLINs for various replacement parts such as side seal retaining bars, leaf springs, and bolt assemblies, and modifies an existing CLIN (0001) to change the description and increase the quantity of replacement rubber seal assemblies. It also details new inspection, acceptance, and delivery locations and timelines for these added and modified CLINs, all at the COE FT RANDALL PRJT OFC MNTN SECT in Pickstown, SD. Furthermore, the attachments have been revised, deleting an older version of the Performance Work Statement and adding a new, updated version dated November 24, 2025.
    Similar Opportunities
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC panel boards at Powerhouse 1 and 2 located at Fort Peck Dam in Montana. This project entails the comprehensive replacement of specified electrical equipment, including the Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, with an estimated construction cost ranging from $1,000,000 to $5,000,000. The work is critical for maintaining the operational integrity of the powerhouses and ensuring compliance with safety and quality standards. Proposals are due by December 19, 2025, and interested contractors must register on SAM.gov to access solicitation documents and submit their bids electronically. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Brandie Murphy at Brandie.L.murphy@usace.army.mil.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication, delivery, and storage of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock in Burbank, Washington. This procurement involves the supply of materials and services necessary for the construction of the tainter gate, including compliance with specific quality control standards and certifications, as well as adherence to detailed technical specifications outlined in the solicitation documents. The project is critical for maintaining the functionality of the navigation lock, which plays a vital role in water management and transportation on the Snake River. Interested contractors must submit their bids by 2 PM PST on December 12, 2025, with a bid opening scheduled for December 15, 2025. For further inquiries, potential bidders can contact Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is a total small business set-aside, aims to restore the ecosystem along the Missouri River through various construction activities, including riparian planting, gravel path construction, and the installation of L-head dikes and breakwater structures. The estimated contract value ranges from $10 million to $25 million, with bids due by December 17, 2025, at 2:00 PM local time, and a mandatory site visit scheduled for November 24, 2025. Interested contractors should submit their bids electronically to the primary contacts, Clinton Russell and Nadine Catania, and adhere to the specified requirements, including a bid guarantee and compliance with the Buy American Statute.
    Pre-Solicitation Notice: O and M Emergency Repair Sanders Left Embankment Seepage, Emmett Sanders Lock and Dam McClellan - Kerr Arkansas River Navigation System Jefferson County, Arkansas.
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking bids for the O and M Emergency Repair of the Sanders Left Embankment Seepage at the Emmett Sanders Lock and Dam, part of the McClellan-Kerr Arkansas River Navigation System in Jefferson County, Arkansas. This project, classified under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical repair needs to ensure the structural integrity and operational functionality of the dam. The contract, which is a Total Small Business Set-Aside, is valued between $500,000 and $1 million, with a project duration of 212 calendar days following the Notice to Proceed. Interested bidders must submit their proposals by December 5, 2025, and can contact Shelby Henson at Shelby.m.henson@usace.army.mil or 501-340-1249 for further information.
    MNA Turbine Draft Tube Slot Fillers
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication and delivery of turbine draft tube slot fillers and dogging beams for the McNary Powerhouse project in Oregon. This procurement involves the production of twelve structural steel turbine draft tube slot fillers and eight dogging beams, with specific delivery schedules and stringent quality control measures outlined in the technical specifications. The project is critical for maintaining the operational integrity of the McNary Lock and Dam, emphasizing safety and compliance with federal standards throughout the fabrication and delivery process. Interested contractors must submit their bids electronically by December 8, 2025, at 12:00 PM Pacific Time, and can direct inquiries to Kristin Hyde at kristin.a.hernandez@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil.
    Braddock Hydraulic Upgrades
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is seeking contractors for the Braddock Hydraulic Upgrades project located at the Monongahela Locks and Dam Two in Braddock, Pennsylvania. This project involves the demolition and removal of the existing hydraulic system and its components, followed by the installation of a new hydraulic system, including hydraulic power units, control panels, and associated infrastructure, all to be completed within 730 calendar days after the Notice to Proceed. The work is critical for enhancing the operational efficiency of the hydraulic systems at the dam, with a contract value exceeding $10 million, and is set aside exclusively for small businesses. Interested bidders must ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to participate, with the Invitation for Bid expected to be issued around November 14, 2025. For further inquiries, contact Raelyn Day at raelyn.m.day@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated oil accountability measures to minimize potential oil releases into the Columbia River, thereby improving environmental compliance and operational efficiency. This initiative is critical for managing approximately 400,000 gallons of oil at the dam and fulfilling obligations under a settlement agreement with Columbia Riverkeepers. Proposals are due by December 15, 2025, at 11:00 AM PST, with a construction budget estimated between $1,000,000 and $5,000,000. Interested parties should contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further details.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Lake Traverse Bil Gate Repairs and Modernization
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is a total small business set-aside opportunity. This procurement involves repairs and modernization efforts related to dam infrastructure, categorized under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested bidders must submit their proposals electronically via the Solicitation Module of the PIEE suite, with specific instructions provided for vendor registration and bid submission. For further inquiries, potential bidders can contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.