Lower Granite Dam Turbine Intake Gate Hydraulic System Upgrades
ID: W912EF25RA010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    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 the operational efficacy of the dam by replacing the intake gate hydraulic system, including the installation of new hydraulic cylinders, support beams, and a hydraulic power unit, organized into three main phases to ensure safety and compliance with regulations. This initiative is a critical investment in infrastructure, with an estimated contract value between $10 million and $25 million, and interested contractors must submit their proposals electronically by May 16, 2025, addressing technical approach and past performance as key evaluation criteria. For further inquiries, potential bidders can contact Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a series of digital signatures by various officials, including Fink, Dinha, and Kiel, confirming their authorization or agreement on a particular government matter. The timestamps suggest these signatures occurred during early April 2025, indicating that the document’s actions or approvals are timely and contemporaneous. The signatures reflect procedural adherence to protocols within federal or state RFPs, grants, or related processes, although no specific content regarding the proposals or financial allocations is detailed in the file. This structure implies an operational consensus among stakeholders, potentially paving the way for subsequent governmental actions or decisions. The document serves as a formal record of agreement but lacks granular content about its purpose or the subject at hand. The presence of multiple digital signatures emphasizes the collaborative nature of governmental processes involving multiple parties, underscoring essential practices of accountability and transparency.
    The document outlines various government RFPs, federal grants, and state/local RFPs to support initiatives aimed at addressing specific community needs through strategic funding. The main objective is to provide clear guidelines for potential applicants on how to secure financial assistance for projects that align with government priorities. Key themes include eligibility requirements, application processes, funding allocation strategies, and compliance with federal and state regulations. Supporting details emphasize the importance of thorough project proposals that demonstrate community impact and sustainability. It encourages collaboration among local agencies, non-profits, and private entities to maximize resource use. The structure features sections detailing submission deadlines, evaluation criteria, and contact information for assistance. The document emphasizes transparency, encouraging applicants to follow the outlined procedures to facilitate fair competition and effective distribution of funds. Overall, the material serves as a comprehensive resource for organizations seeking to apply for financial support through government channels, ensuring that projects meet necessary standards and address pressing issues within communities.
    The government file outlines a series of federal and state RFPs and grants aimed at promoting infrastructure development and community improvement projects. Key areas of focus include funding opportunities for local governments to enhance public services, transportation, and environmental initiatives. The document also emphasizes the importance of stakeholder engagement and collaborative planning, ensuring that projects align with community needs and regulatory requirements. It highlights specific eligibility criteria for applicants, detailing the documentation and proposals necessary to secure funding. Furthermore, timelines for submission, evaluation processes, and funding disbursement protocols are clearly defined to facilitate transparency and accountability in project execution. Overall, the document serves as a comprehensive guide for potential applicants, outlining the expected outcomes and impact of funded projects while reinforcing the government's commitment to sustainable development and community welfare.
    The document outlines a solicitation for proposals from contractors for the "Lower Granite Intake Gate Hydraulic System Upgrades" project by the U.S. Army Engineer District Walla Walla. The project's estimated price range is between $10 million and $25 million, and contractors are required to comply with detailed specifications and submission requirements. Bidders must submit their offers electronically by May 16, 2025, addressing factors such as technical approach, past performance, and pricing in their proposals. The evaluation will prioritize technical approach and past performance over price, with a focus on the offeror's understanding of the work, previous relevant projects, and the competitiveness of their pricing. Bidder inquiries must be submitted via the designated inquiry platform, and all submissions must adhere to strict formatting guidelines. This solicitation exemplifies the government's initiative to enhance infrastructure through competitive bidding while ensuring compliance with regulatory mandates and efficiency in project execution.
    The document outlines the scope of the Hydraulic System Upgrade project at the Lower Granite Lock and Dam, detailing the work phases and associated requirements. The project includes the removal and replacement of the intake gate hydraulic system, involving tasks such as installing new hydraulic cylinders, support beams, and a hydraulic power unit. The work is organized into three main phases: pre-main unit outage, main unit outage, and post-main unit outage. Each phase outlines specific timelines and tasks that must be completed in a defined sequence, emphasizing safety and compliance with governmental regulations. Key points include a commitment to hiring U.S. veterans, mandatory safety protocols, and the emphasis on training and human resource management. The document also covers logistical elements, such as site security restrictions, employee identification procedures, and the necessity for environmental protection measures. The overall aim is to ensure the project's successful execution while maintaining operational security. This project is a significant investment in the infrastructure of the facility, aiming to enhance its operational efficacy while prioritizing safety and security throughout the construction process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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. This 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. The upgrades are crucial for maintaining the integrity and reliability of the dam's operations, reflecting the government's commitment to infrastructure modernization. Interested contractors 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.
    Lower Monumental Bridge Crane Wheel and Drive System Upgrade
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the Lower Monumental Bridge Crane Wheel and Drive System Upgrade project located at the Lower Monumental Dam in Kahlotus, Washington. This opportunity involves a firm-fixed-price Design Bid Build construction contract, with an estimated value between $10 million and $25 million, aimed at upgrading the existing bridge crane's drive system and hoists, which have been in service since 1968. Interested firms are required to submit a Capabilities Statement demonstrating their experience with similar projects, along with details on their business size and bonding capacity, by April 18, 2025, as the solicitation is anticipated to be issued by June 2025, with an award expected in October 2025. For further inquiries, interested parties can contact LeAnne R. Walling at leanne.r.walling@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@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.
    Little Goose Spare Transformers for Lower Snake River Plants
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers, is seeking proposals for the design, manufacture, and testing of generator step-up transformers for the Lower Snake River Plants, specifically the Little Goose Spare Transformers project. This procurement involves two types of transformers and will utilize a firm fixed-price contract strategy over an estimated period of 1,460 days, with a best value trade-off acquisition approach to ensure optimal proposals are selected. The project is critical for maintaining infrastructure reliability and efficiency, with anticipated solicitation and award dates set for March 2025 and July 2025, respectively. Interested parties can reach out to Alan Inglis at alan.n.inglis@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further information and guidance on participation.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    Webbers Falls Unit 1 Speed Increaser Rehabilitation
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Tulsa District, is seeking potential contractors for the rehabilitation of the speed increaser at the Webbers Falls Powerhouse in Oklahoma. This project involves the design, fabrication, testing, and installation of new gear sets and related components, along with the disassembly and reassembly of the existing gearbox, as part of a future Design-build contract expected to be solicited around June 2025. The estimated contract value ranges from $5 million to $10 million, with a focus on engaging small businesses and diverse entities, including HUBZone and SDVOSBs, to foster competition. Interested firms must submit an Experience/Capabilities Statement by April 18, 2025, and should direct any questions or submissions to the primary contact, Clinton Yandell, at clinton.j.yandell@usace.army.mil or by phone at 918-669-4920.
    Z--Turbine Runner Cavitation Repair, Hungry Horse Field Office
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Region, is seeking a contractor for a five-year Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) construction contract focused on turbine runner cavitation repair at the Hungry Horse Dam in Montana. The primary scope of work includes welding and grinding tasks necessary for turbine runner weld repairs, which are critical for maintaining the integrity and functionality of the dam. This initiative, reserved exclusively for small businesses under the NAICS code 238190, has a total contract ceiling of $3 million, emphasizing the government's commitment to engaging small enterprises in vital infrastructure projects. Interested contractors must be registered in the System for Acquisition Management (SAM), with the solicitation expected to be issued in March 2025; for further inquiries, contact Heather Cagle at hcagle@usbr.gov or call 208-378-5039.
    Tygart Replace PLC for Dam Sluice Gates
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the replacement of the Programmable Logic Controls (PLCs) for the dam sluice gates at Tygart Lake Dam in Taylor County, West Virginia. The project involves upgrading the existing PLC system to ensure the safe operation of the dam's sluice gates, which includes demolishing the current remote-control enclosure, installing new PLC processors and communication modules, and ensuring compatibility with existing Rockwell Automation equipment. This contract is a Total Small Business Set-Aside with an estimated value between $5 million and $10 million, and the work must be completed within 365 calendar days following the Notice to Proceed. Interested bidders should contact Lisa Bisnette at lisa.d.bisnette@usace.army.mil or 412-395-7556 for further details, and must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit a bid.
    McNary Turbine Maintenance Platforms
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is preparing to solicit bids for the procurement of Turbine Maintenance Platforms for the McNary Dam in Umatilla, Oregon. This firm-fixed-price supply contract will adhere to the Technical Specifications set forth by the U.S. Army Corps of Engineers and is designated as a Total Small Business Set-Aside under the NAICS code 332312, which pertains to Fabricated Structural Metal Manufacturing. The platforms are critical for maintaining turbine operations, ensuring efficiency and safety in dam management. Interested contractors must be registered in the System for Award Management (SAM) prior to award, and further details will be available on sam.gov, with the solicitation expected to be released soon. For inquiries, potential bidders can contact Callie Rietfors at callie.rietfors@usace.army.mil or by phone at 509-527-7280.
    McNary Dam Powerhouse Roof Guardrail
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the installation of a Powerhouse Roof Guardrail at the McNary Lock and Dam in Umatilla, Oregon. The project aims to enhance safety by installing guardrails to protect personnel from falls, ensuring compliance with safety regulations and the "Buy American Act" for material sourcing. This procurement reflects the government's commitment to safety and compliance standards while promoting opportunities for small and disadvantaged businesses. Interested contractors must submit their quotes by April 25, 2025, and are encouraged to direct inquiries to primary contact Hillary A. Morgan at hillary.a.morgan@usace.army.mil or secondary contact Sara Edwards at sara.edwards@usace.army.mil.