Z--Industry Day - Hyrum Dam Spillway Replacement
ID: 140R4024R0020Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONUPPER COLORADO REGIONAL OFFICESALT LAKE CITY, UT, 84138, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)
Timeline
    Description

    The Bureau of Reclamation, part of the Department of the Interior, is soliciting bids for the Hyrum Dam Spillway Replacement project located approximately 9 miles southwest of Logan, Utah. The project entails the construction of a new reinforced concrete spillway, removal of the existing spillway, and associated infrastructure improvements, including drainage systems, mechanical features, and roadway realignment, with a performance period from March 2025 to January 2029. This initiative is critical for enhancing the safety and functionality of the Hyrum Dam, ensuring compliance with federal regulations and standards. Interested contractors must submit sealed bids by November 8, 2024, and can contact Lynette Rock at LRock@usbr.gov or 385-228-8535 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation plans to undertake the Hyrum Dam Spillway Replacement Project, a substantial engineering endeavor with an estimated magnitude of $150–200 million. This special notice is a precursor to the formal procurement process, hosting an Industry Day event for small and large businesses. The bureau seeks to share project details and gain valuable insights from attendees. The work involves constructing a new spillway, removing the existing one, and executing various related tasks. Key components encompass spillway construction, gate and hoist systems, dewatering, foundation treatment, siphons, and road realignments. With a performance period estimated from 2024 to 2027, the project holds significant scope. Businesses must register for the Industry Day event, where they can engage with bureau officials and gain insights into this ambitious civil engineering project.
    The Bureau of Reclamation's upcoming Hyrum Dam Spillway Replacement Project prompts an Industry Day event for market research and collaboration. With a project value between $150-200 million, the event aims to engage businesses in a discussion about the complex civil engineering work required. The primary focus is on constructing a new spillway, gates, and associated infrastructure, while also seeking input on reducing costs and risks. Attendees will have the opportunity to connect with contracting officials and contribute to this collaborative planning phase. Key project components include new construction, road realignments, and mechanical and electrical work, with the performance period estimated at three years. This event is a precursor to the official solicitation process, with registration required for attendance.
    The United States Bureau of Reclamation plans to procure construction services for the Hyrum Dam Spillway Replacement Project in Utah. With an estimated magnitude of $150–200 million, the project aims to build a new spillway, remove the existing one, and perform related construction tasks. The work encompasses various aspects, including concrete structures, riprap channels, gate systems, and road realignments. The bureau seeks input from businesses for efficient project execution, emphasizing technical challenges, cost reduction, and risk mitigation. A recent Industry Day event provided informational presentations and discussions. Interested parties could attend, and the bureau is accepting written questions until August 13, 2024. The procurement's main focus is on heavy civil engineering construction services, with a required bonding capability of $200 million. Key project components include constructing a new spillway, installing gates and hoists, and realigning roads. The NAICS code is 237990, and the anticipated performance period spans three years.
    The Hyrum Dam file details a procurement aimed at addressing multiple deficiencies at the dam's existing spillway. The primary objective is to design and construct a new spillway to improve safety and reliability. The dam, located on the Little Bear River in Utah, requires a comprehensive solution to issues ranging from foundation weaknesses to inadequate discharge capacity. The government seeks a safe and prompt transition to the new spillway while ensuring uninterrupted irrigation and recreation services. The scope involves detailed engineering, with key tasks including foundation treatment, designing a new spillway alignment, and increasing outlet works capacity. This complex project requires managing construction constraints and maintaining operational canals during the process. The agency seeks a timely commission of the new spillway, focusing on irrigation continuity and cost-effectiveness. Key dates are centered around design completion (December 2024) and construction initiation (spring 2025), with outlet works construction likely to commence earlier, in September 2024. The evaluation of proposals will likely prioritize technical merit, with experience in dam infrastructure and a robust construction plan carrying significant weight.
    The Hyrum Dam improvement project seeks to enhance its spillway system. The primary objective is to procure specialized construction services for an upgraded spillway, emphasizing robust concrete design, drainage systems, and foundation treatment. Key requirements include managing high concrete placements, drained cutoff walls, and intricate dewatering designs. The scope entails meticulous excavation, aggregate pier treatment for foundation stabilization, cofferdam construction, and innovative dewatering solutions. Critical dates include a two-phase construction timeline, with phase one spanning from mobilization to contractor-designed cutoff and dewatering systems installation. The second phase focuses on spillway construction, targeting completion by October 1st. Evaluation criteria are centered on technical merit, with particular attention to geology, construction methods, and schedule efficiency. Additionally, budget management and past performance are considered. Companies specializing in dam construction and with a strong safety record are preferred.
    The Hyrum Dam Spillway Project's recent Industry Day meeting notes offer insight into the procurement process for managing the dam's needs. The primary objective is to discuss potential procurement paths for the project, focusing on dam safety and design improvements. Two main options were discussed for approaching the solicitation and final design updates. The traditional approach involves an early release of a 90% design package, with a subsequent update to a 100% package before solicitation closure. A modified approach proposes releasing the 90% package and proceeding with a competitive range selection, followed by an update to the final design post-submission. The key evaluation criteria revolve around meeting design requirements and offerors' capability demonstrations. With a targeted award in early March 2025, the traditional approach seems favorable, though the modified approach offers flexibility. The meeting emphasizes the need for industry input in shaping the procurement strategy, with key dates and contract details still to be determined.
    The primary objective of this procurement is the replacement of the Hyrum Dam Spillway. The dam's owner, likely a government agency, seeks a contractor for this project, emphasizing the installation of aggregate piers and the associated construction tasks. These piers must be 30 inches in diameter and drilled rammed to meet specific modulus requirements. The agency requires a method that ensures consistent stiffness to prevent settlement issues. Technical questions revolve around construction details, including the need for an on-site batch plant and work restrictions. The project is fully funded, with funds obligated at the award's inception, and Cache County's prevailing wage rates will apply. The agency plans to post a solicitation with further details. Attendance at an industry day event is implied.
    Solicitation number 140R4024R0020 pertains to the Hyrum Dam Spillway Replacement project. The primary objective is to procure construction services for a dam spillway replacement, seeking experienced contractors specialized in infrastructure projects. The dam's spillway requires a comprehensive upgrade, and the project's scope involves removing and replacing concrete structures, installing new gates and control systems, and constructing a new stilling basin. The solicitation aims to engage capable construction companies, emphasizing those with expertise in concrete work, hydraulic structures, and dam safety. The government seeks a firm capable of managing complex projects, ensuring quality craftsmanship and adhering to stringent safety and environmental standards. The estimated value of this fixed-price contract is between $10,000,000 and $15,000,000, and interested parties must submit their proposals by August 31, 2024. A mandatory industry day event is scheduled for July 31, 2024, providing an opportunity for clarification and interaction between prospective contractors and government officials.
    Solicitation 140R4024R0020 initiates the procurement of services for the Hyrum Dam Spillway Replacement Project. The primary objective is to engage engineering firms specializing in underground construction management. The dam requires a new spillway, and the government seeks a partner to oversee the intricate process, ensuring efficient execution. The selected vendor will undertake a comprehensive scope of work, including on-site management, excavation supervision, and coordination of heavy civil construction. The focus is on managing the construction of a new underground penstock, an essential element of the spillway system. This involves meticulous planning and execution, aligning with strict safety and quality standards. The solicitation outlines a firm-fixed-price contract estimated at $8,920,600. Attendance at an industry day event is noted, with potential bidders registering their interest. Evaluation of proposals will prioritize technical merit, with particular attention to relevant experience and a robust quality assurance plan. Key dates include the submission deadline, slated for August 2024.
    Solicitation number 140R4024R0020 seeks attendees for Industry Day, a series of one-on-one sessions related to the Hyrum Dam Spillway Replacement project. The event is scheduled for July 31, 2024, with time slots available between 1:00 pm and 3:00 pm. The dam requires a spillway replacement, and the project aims to find solutions for this issue. Companies with relevant expertise are invited to attend and showcase their abilities. The meeting aims to gather information and discuss capabilities relevant to the project's needs. Interested parties should register, providing company details and contacting the POC for scheduling. The focus is on finding efficient solutions, with evaluation based on technical merit and cost-effectiveness.
    The Hyrum Dam Spillway Replacement project, overseen by the U.S. Department of the Interior, involves the construction of a new spillway and associated infrastructure on the Little Bear River near Hyrum City, Utah. The primary work components include re-grading the reservoir rim, building a new spillway and stilling basin, installing two siphons, and constructing a precast concrete beam bridge. Detailed specifications outline the work restrictions, project management coordination, safety protocols, and environmental protections required during construction. Key tasks include managing existing spillway operations during the construction of the new one, ensuring protection of historical sites and compliance with safety standards. The document emphasizes the importance of the contractor's coordination with government agencies and other contractors in the area to minimize disruptions. The project also requires a meticulous contract document management system for tracking submittals, changes, and communications, ensuring timely updates on project progress. This ensures adherence to federal and state regulations and a commitment to maintaining project timelines and quality standards.
    The U.S. Department of the Interior, through the Bureau of Reclamation, is advancing the Hyrum Dam Spillway Replacement project situated in Denver, Colorado. This comprehensive technical document encompasses detailed drawings and specifications for various aspects of the spillway redesign including civil, structural, electrical, and mechanical components. It outlines the project phases such as excavation, grading, drainage, and the installation of concrete and reinforcing structures. Key components include detailed construction plans for dewatering processes, spillway access roads, and drainage systems, all designed to enhance safety and operational efficacy. Furthermore, the document emphasizes the need for meticulous verification of existing utilities and adherence to safety protocols. It details materials, construction methods, and overall design criteria essential for project execution. This document serves as a blueprint for contractors, guiding compliance with federal regulations and standards, ultimately aiming for improved functionality of the Hyrum Dam infrastructure. The focus on thorough preparation and safety reflects the Bureau’s commitment to maintaining high operational standards in dam management and construction.
    The document provides a detailed outline of various federal and state-level Requests for Proposals (RFPs) and grants aimed at informing relevant stakeholders. It consists of a series of placeholder references numbered from 157 to 173, indicating that the content centers on procurement opportunities intended for businesses and organizations in the public sector. The main purpose is to disseminate information about available funding and contract opportunities, which are crucial for fostering government-project collaborations. The structure is likely organized by RFP number and related details, though specifics are not provided in this excerpt. Overall, the document serves as a resource for entities interested in engaging with government-funded projects, showcasing the government’s efforts to facilitate transparency and support for applicants seeking grants or contracts.
    The document outlines a detailed Construction Price Schedule as part of a federal Request for Proposal (RFP), emphasizing the bid requirements for comprehensive construction services and related tasks. It specifies various Contract Line Item Numbers (CLINs), each associated with specific construction services ranging from mobilization and preparatory work to the installation of concrete structures, drainage systems, and water management solutions. The price schedule contains both lump sum items as well as items with estimated quantities for comparative purposes, strictly stating that offers will not be entertained for only partial bids. An important note in the document highlights the policy concerning exceptions to claims regarding estimated quantities. Additionally, the document contains several options for additional services, such as Emergency Ice Berms and supplementary deep wells and well point materials. Bidders are required to provide unit prices for certain quantities while some items remain as lump sums. Overall, this price schedule serves as a critical reference for contractors in responding to the solicitation, maintaining compliance with federal guidelines and ensuring funding allocations for federal and state infrastructure projects.
    The document outlines the wage determination for heavy construction contracts in Cache County, Utah, under the Davis-Bacon Act, specifying minimum wage rates based on two Executive Orders. Contracts entered on or after January 30, 2022, mandate a minimum wage of $17.20 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, require at least $12.90 per hour, unless higher rates are established in the wage determination. Various job classifications and corresponding wage rates are provided, including electricians, operators, and laborers, which are categorized as either union or survey rates. Additionally, the document explains that covered contracts must comply with the requirements of Executive Order 13706 regarding paid sick leave, where contractors must provide employees with up to 56 hours of paid leave annually. It also details the appeals process for wage determination disputes, emphasizing the necessity for contractors to submit conformance requests for any classifications not listed. This summary captures the key aspects of wage rates, worker protections, and compliance requirements tied to federal construction contracts, reflecting the document's purpose of guiding contractors in fulfilling labor-related obligations.
    The document outlines a Subcontracting Plan required by the Bureau of Reclamation, part of the Department of the Interior, in accordance with FAR regulations. It mandates that the Offeror submits and negotiates a plan detailing subcontracting efforts, including strategies for engaging small businesses and various designated groups (e.g., HUBZone, SDB, WOSB). The plan must address fifteen specific elements, including the types of subcontracts, goals for small business engagement, methods for sourcing subcontractors, and record-keeping obligations. The Offeror is to choose between an Individual Plan for a specific contract, a Master Plan for multiple contracts, or a Commercial Plan covering the company’s entire fiscal year. It must provide a percentage breakdown of planned subcontracting dollars across different business categories, ensuring equitable opportunities for small businesses. The document also emphasizes compliance with reporting requirements and maintaining thorough records related to subcontracting activities. Overall, it serves as a framework to promote small business participation in federal contracts, reinforcing the government’s commitment to enhancing economic opportunities for diverse business entities.
    The document is a Bid Bond Form (Standard Form 24), which serves as a financial guarantee submitted by a bidder for a government contract. It is designed to ensure that the principal (the bidder) will enter into a contract and provide necessary bonds upon the government's acceptance of their bid. The form includes critical details such as the principal's name, business address, type of organization, surety information, bid price, and relevant dates. The bond stipulates that if the principal fails to honor the elements of the bid, they will incur costs for any work exceeding the bid amount. The sureties—those guaranteeing the bond—must be approved by the Department of the Treasury and agree to be liable for the penal sum, which can be a percentage of the bid price. Instructions outline the completion requirements for the bond, including necessary signatures and corporate seals. This document plays a vital role in government procurement processes to ensure bidders are financially capable of fulfilling contractual obligations, thereby safeguarding public interests in federal, state, and local RFPs.
    The U.S. Department of the Interior, Bureau of Reclamation, seeks to modify the Hyrum Dam and its accompanying infrastructure. The primary objective is to enhance safety and improve various components. This RFP file details the required modifications related to the dam's spillway. It encompasses drawings and notes outlining the existing conditions, design changes, and construction considerations. The focus is on modifying the spillway's grade, including backfill plans, sections, and details. This involves precise excavation and filling work, with attention to slope ratios and material specifications. Additionally, the road realignment and access road leading to the spillway are detailed, specifying new alignments, cross-sections, and superelevation data. Drawings also cover the foundation treatment, dewatering phase, and final shoreline grading. Contractors will need to adhere to strict safety and existing feature protection protocols. The Bureau seeks detailed proposals for achieving these modifications, including cost estimates and project timelines. Key dates and evaluation criteria are not explicitly mentioned in the files but will likely be provided separately.
    The Hyrum Dam Spillway Replacement Project seeks bids for constructing a new spillway and associated features. The main procurement objectives include concrete work, metal fabrication, electrical systems, and utility improvements. This project involves various tasks, including regrading the reservoir rim, constructing a new spillway, installing radial gates and hoists, and building a stilling basin and two siphons. Electrical work entails a diesel engine-generator set, lighting, and a galvanic anode cathodic protection system. Earthwork and excavation are required for the foundation, along with riprap bedding and steel sheet piles. The contract also encompasses road improvements, fencing, and a temporary detention system. Contractors must submit detailed price schedules for various tasks, with costs itemized for each. Key dates include submission deadlines for price schedules and weekly coordination meetings. The government reserves the right to approve or reject submissions. Evaluation criteria center around the quality and completeness of submissions, adherence to specifications, and contractor qualifications. With a strong emphasis on concrete and metalwork, this procurement seeks to replace and upgrade the Hyrum Dam's spillway infrastructure.
    The United States Bureau of Reclamation has announced a pre-solicitation notice for the Hyrum Dam Spillway Replacement Project in Cache County, Utah, aimed at constructing a new spillway and removing the existing one. The project will include significant structural elements such as a reinforced concrete spillway, new gates and hoists, a dewatering system, road realignment, and various mechanical and electrical installations. The anticipated project timeline spans from March 2025 to January 2028, with a budget estimated between $100 million and $200 million. Procurement will follow the Federal Acquisition Regulation's procedures, allowing for full and open competition and permitting trade-offs in proposal evaluations. The solicitation is expected to be released electronically on September 13, 2024, via https://sam.gov, where interested parties must monitor for updates. Offerors must also register in the System for Award Management prior to proposal submission. Ms. Lynette Rock is designated as the primary contact for inquiries regarding the project.
    The document outlines a solicitation for construction services focused on the replacement of the Hyrum Dam spillway, issued by the Bureau of Reclamation's Upper Colorado Region. The solicitation invites bids for a project that includes a range of tasks such as the installation of coffer-dams, deep wells, and various supplemental structures critical for dam repair and alteration. The performance period specified is from March 7, 2025, to January 26, 2029. Offerors are required to submit sealed bids, including detailed proposals and bid guarantees, by the stipulated due date. The document emphasizes compliance with various federal procurement regulations and mandates the provision of performance and payment bonds. It outlines specific options for contractors to consider, denoting anticipated exercise dates for each option. This solicitation exemplifies federal efforts to ensure infrastructure resilience and compliance with regulatory standards in construction projects affecting public safety and environmental integrity.
    The solicitation, identified as Solicitation No. 140R4024R0020, is for the Hyrum Dam Spillway Replacement project, which will be conducted by the Bureau of Reclamation in accordance with federal regulations for competitive bids. The project has an estimated value between $100 million and $200 million, classified under NAICS code 237990 for heavy and civil engineering construction, targeting businesses with a small business size standard of $45 million. Interested contractors are invited to a site visit on October 9, 2024, with proposals due by November 8, 2024. A Bid Guarantee is mandatory, and inquiries must be submitted in writing to the designated contracting officer by October 16, 2024. Specific guidelines for proposal submission, evaluation criteria, and contract administration details are included, emphasizing a clear structure for proposals. The contractor must complete the project within a set timeline, with liquidated damages for delays. This solicitation exemplifies government's structured approach to acquiring construction services while ensuring broad competition and adherence to regulatory compliance throughout the procurement process.
    The Bureau of Reclamation's upcoming Hyrum Dam Spillway Replacement Project prompts this Special Notice. It aims to engage with industry partners for a December 2024 to December 2027 construction project. The primary focus is on replacing the spillway, requiring extensive civil engineering and construction tasks. These include constructing a new spillway, installing radial gates and hoists, and building a stilling basin and embankment dike. Other works involve foundation treatment, new siphons, a concrete beam bridge, and road realignments. With a projected budget between $150 million and $200 million, the project seeks input from businesses for efficient execution. A mandatory Industry Day event is scheduled for collaboration and registration has a July 17 deadline. This notice is a preliminary step for market research and doesn't constitute a formal procurement announcement.
    Similar Opportunities
    Z--DK-AO Heart Butte Safety of Dam Modification
    Active
    Interior, Department Of The
    The United States Bureau of Reclamation is preparing for a substantial dam safety modification project at the Heart Butte Dam near Elgin, North Dakota, estimated to exceed $10 million in value. The project, titled "Z–DK–AO Heart Butte Safety of Dam Modification," is a complex civil engineering endeavor aimed at enhancing the dam's structural integrity and addressing safety concerns. This opportunity notice is released as a special announcement to engage with potential contractors and gather their insights. The Bureau aims to optimize project scheduling, reduce costs, and mitigate risks by collaborating with experienced parties early in the process. Scope of Work The scope of this project involves a comprehensive range of construction and engineering tasks. This includes installing dewatering systems, constructing a cofferdam, grouting foundation voids, and repairing concrete outlet works. Additionally, the work requires excavating parts of the existing dam, building new sand filters, and implementing a drainage system with HDPE toe-drain pipes. The Bureau of Reclamation has provided detailed technical specifications outlining the precise dimensions and elevations required for these tasks. Eligibility Criteria Given the specialized nature of the project, the Bureau is seeking contractors with a strong background in heavy and civil engineering construction. Companies with the expertise and resources for precise excavation, construction, and modification work are encouraged to apply. Eligible contractors must demonstrate an ability to adhere to stringent industry standards and quality control measures. Funding and Contract Details The estimated value of the contract is expected to exceed $10 million. The contract type and funding details are not explicitly mentioned in the provided information. However, the project's significant value and complexity suggest a substantial funding commitment from the Bureau of Reclamation. Submission Process The Bureau of Reclamation encourages interested contractors to participate in the upcoming Industry Day for a comprehensive project briefing. The event will offer a detailed overview of the project's requirements and expectations. Feedback from attendees will be welcomed, providing an opportunity to shape the formal solicitation process. Evaluation Criteria While specific evaluation criteria were not provided, the Bureau is likely to assess applicants based on their expertise, past performance on similar projects, and ability to adhere to the stringent technical specifications and quality standards outlined. Contact Information For further clarification or additional information, interested parties can contact the primary point of contact, Mitchell Frost, at mfrost@usbr.gov or via phone at 0000000000. The Bureau of Reclamation looks forward to engaging with potential contractors and sharing details of this significant dam modification project.
    UT FLAP SLA 10(1) Mill Creek Canyon Road
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the Mill Creek Canyon Road project in Utah, designated as UT FLAP SLA 10(1). The project aims to enhance safety and access to recreational areas within the Uinta-Wasatch-Cache National Forest by reconstructing and widening approximately 4.5 miles of Mill Creek Canyon Road, along with improving parking and trailhead facilities. This initiative is crucial for preserving natural resources while providing better access to outdoor recreational opportunities in the region. Interested parties should note that the estimated project cost ranges from $20 million to $30 million, with a pre-bid site visit scheduled for October 8, 2024, and contract award anticipated in October 2024. For further inquiries, contact Kelly Palmer at cflacquisitions@dot.gov or Leslie Karsten at CflContracts@dot.gov.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is seeking qualified contractors for the demolition of the South, Soap, and Lower Ripley Creek Feeder Diversion Dams, along with associated work in Tehama County, California. The project involves significant tasks such as the removal of elevated pipes and supports, flumes, and the excavation and filling of the South Canal, with an estimated cost exceeding $10 million. This opportunity is particularly aimed at small businesses, including those classified as 8(a), HUBZone, and Service-Disabled Veteran-Owned, and is intended for market research and acquisition planning purposes. Interested parties must respond by October 2, 2024, and provide relevant company information, including past project experience and bonding capacity, to Rosana Yousefgoarji at RYousefgoarji@usbr.gov.
    DOI DAM SAFETY PROGRAM IOR
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Reclamation, is soliciting proposals for an Independent Oversight Review (IOR) of its Dam Safety Program, which encompasses over 1,400 dams managed by various DOI Bureaus. The objective of this procurement is to engage a contractor who will assess the effectiveness of dam safety measures, identify strengths and areas for improvement, and ensure compliance with federal safety guidelines over a five-year period. This initiative is crucial for maintaining public safety and environmental integrity by continuously improving risk management practices related to dam operations. Interested contractors must submit their proposals by September 17, 2024, with the performance period expected to commence on September 23, 2024, and conclude on September 22, 2029. For further inquiries, potential bidders can contact Keith Singleton at ksingleton@usbr.gov or call 303-445-2641.
    Y--Clear Creek Dam Fish Passage Facility, Yakima Rive
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the construction of the Clear Creek Dam Fish Passage Facility as part of the Yakima River Basin Water Enhancement Project in Washington. The project aims to enhance fish migration by constructing a new fish ladder and associated infrastructure, including an intake structure, pump systems, and necessary electrical upgrades, with an estimated construction cost between $15 million and $20 million. This initiative is crucial for improving the long-term viability of the bull trout population and restoring aquatic ecosystems affected by existing dam operations. Interested contractors must submit their proposals by September 10, 2024, and are encouraged to attend a pre-bid site visit on August 28, 2024; for further inquiries, they can contact Contract Specialist Drew McGuire at dmcguire@usbr.gov or Contracting Officer Lance Fleming at lfleming@usbr.gov.
    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.
    Z--Medicine Creek Dam Concrete Repair of damaged spil
    Active
    Interior, Department Of The
    The Bureau of Reclamation, part of the Department of the Interior, is soliciting proposals for the Medicine Creek Dam Concrete Repair and Access Improvement project located in Cambridge, Nebraska. This project aims to repair concrete damage in the spillway chute and outlet works, construct a new access road, and enhance the structural integrity of the dam, with an estimated contract value between $5 million and $10 million. The initiative is crucial for maintaining flood control structures, ensuring public safety, and supporting environmental stability. Interested small businesses must submit their proposals by September 20, 2024, and can contact Kent Munro at KMunro@usbr.gov or 801-721-3918 for further information.
    USACE SPK Design-Bid-Build (DBB) Construction - Plating Shop Renovation – HAFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Sacramento District, is seeking contractors for a Design-Bid-Build (DBB) construction project to renovate the Plating Shop at Hill Air Force Base (HAFB) in Utah. The project involves extensive renovations to existing facilities, including modernizing plating processes and ensuring compliance with current environmental and safety standards, with a performance period of approximately 1,085 calendar days following the notice to proceed. This renovation is critical for supporting the depot aircraft maintenance mission and will be funded through Sustainment Repair and Maintenance (SRM) funds, with an estimated contract value between $100 million and $250 million. Interested contractors should prepare for a solicitation expected to be released around September 30, 2024, and must register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to submit proposals.
    Barren River Lake Hydraulic Components Replacement, Barren River Lake, 11088 Finney Rd Glasgow, KY 42141
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of hydraulic components at Barren River Lake, located at 11088 Finney Rd, Glasgow, KY. The project requires contractors to furnish all necessary personnel, equipment, supplies, and materials to complete the replacement of hydraulic systems, ensuring that at least one system remains operational during the process. This procurement is crucial for maintaining the functionality and safety of the hydraulic systems at the lake, which are vital for operational efficiency and public safety. The estimated construction cost ranges from $100,000 to $250,000, with a firm-fixed price contract awarded to the lowest bidder. Interested contractors must submit their proposals by the extended deadline of September 20, 2024, at 3:00 PM, and can contact LaDonna Haug at ladonna.j.haug@usace.army.mil or 502-315-6196 for further information.
    USACE SPK Design-Bid-Build (DBB) Construction – F-35 East Campus Infrastructure – Hill AFB, UT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Sacramento District is planning to solicit a Design-Bid-Build (DBB) contract for the construction of utility infrastructure systems at Hill Air Force Base (AFB) in Utah. This project involves the construction of various facilities, including taxiways, roadways, pump houses, and utility systems, all designed to support the future development of multiple facilities on the east side of the base. The anticipated contract, valued between $100 million and $250 million, is expected to be awarded as a firm-fixed-price Single Award Task Order Contract (SATOC) with a three-year ordering period, with proposals due by November 27, 2024. Interested contractors should register in the Procurement Integrated Enterprise Environment (PIEE) and the System for Award Management (SAM) to participate in the solicitation process, and they can contact Seth Teasdale or Michelle Spence for further information.