Ice Harbor Dam Intake Gate Hydraulic System Upgrades
ID: W912EF25RA001Type: 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 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 encompasses 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new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to stringent safety and environmental regulations.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 enhancing the operational efficiency and reliability of the dam's hydraulic systems, ensuring compliance with federal standards. Interested contractors must submit their proposals by June 25, 2025, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil, with an estimated project cost between $10 million and $25 million.

    Files
    Title
    Posted
    The Ice Harbor Intake Gate Hydraulics System Upgrades project is outlined in a solicitation document for contractors interested in attending a site visit on March 20, 2025. The attendance list includes representatives from various companies, such as SCI Industrial Services, Atomic Electric, and Northbank Civil and Marine, indicating a diverse pool of potential bidders. This project effectively aims to enhance the performance and reliability of the Ice Harbor Lock and Dam's hydraulic systems. The document highlights the importance of collaborative efforts between contractors, engineers, and local authorities to ensure the completion of upgrades in line with federal standards and environmental considerations. By engaging multiple industry players, the initiative emphasizes the government's commitment to maintaining infrastructure integrity while fostering competitive opportunities within the construction sector. Overall, the solicitation signals a proactive approach to infrastructure modernization at a pivotal facility, crucial for regional water management and dam operations.
    The document appears to consist of digital signatures from various individuals, including James D. Calnon, John Zhon Yen, and Jordan S. Fink, all documented with their unique identifiers and timestamps. The purpose of these signatures may indicate the finalization or approval of a government-related process, potentially linked to federal RFPs, grants, or state/local requests for proposals. The presence of multiple signatories implies collaborative decision-making or endorsement, which is often essential in government documentation to ensure transparency and authorization. Each signature includes the date and time, emphasizing the official nature of the document and the importance of record-keeping in government operations. Overall, the document primarily serves to verify the legitimacy and agreement of the involved parties on specific governmental affairs.
    The government file outlines various specifications and drawings associated with the intake gate hydraulic system, detailing component designs, equipment installation, and adjustments. Key elements include hydraulic control panels, intake gate sections, and related infrastructure such as reservoir modifications and hoist systems. The document is structured by a series of file numbers, each corresponding to specific construction or engineering drawings vital for the intake gate assembly and maintenance. The descriptions encompass components like hydraulic reservoirs, piping plans, and associated equipment necessary for the operational efficiency of the intake system. This documentation serves as a detailed reference for contractors and engineers involved in the project, ensuring compliance with federal and local regulations while facilitating accurate installations and modifications. Overall, the file emphasizes the importance of precise hydraulic system integration in the larger context of government-funded infrastructure development projects.
    This document outlines specifications and drawings related to the hydraulic control systems for intake gates at a hydropower facility. It includes a detailed index of files (identified by specific codes) that include various components such as hydraulic control panels, intake gate sections, and storage solutions. The file sections cover topics including the design and layout of hydraulic control equipment, structural modifications necessary for installation, and various procedures related to maintenance and operation. It encompasses aspects such as terminal connections, reservoir designs, and support structures essential for the functionality of the hydraulic systems. The comprehensive details are pivotal for contractors and engineers engaged in implementing and maintaining safe and effective operations at the facility. Overall, this collection serves as a critical resource for government contractors participating in infrastructure projects under federal and state grants or RFPs, ensuring compliance with design and operational standards.
    The document outlines a series of detailed specifications and drawings related to the hydraulic control systems, intake gates, and associated equipment within a specific engineering project. It includes file identifiers, descriptions of various components such as hydraulic control panels, reservoir additions, and cylinder hoists, as well as design plans for intake gate systems and generator bays. Key entries detail installation sheets, hydraulic system diagrams, and construction plans for structural elements like support beams and drainage systems. The comprehensive nature of these files suggests that they serve to guide the design, installation, and operational procedures necessary for the maintenance and functionality of hydraulic infrastructure. This material is pertinent for federal and state consulting projects, particularly in the context of Request for Proposals (RFPs) and grants that focus on improving or upgrading essential hydraulic and structural systems.
    The NAVFAC/USACE Past Performance Evaluation Questionnaire is a structured form designed to evaluate contractor performance on government projects. It requires contractors to provide detailed information about their firm and the specific contract, including role, contract type, and project completion dates. Client feedback is solicited on various aspects of contractor performance, including quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and overall compliance with contractual terms. Performance is rated on a scale from Exceptional to Unsatisfactory, with an emphasis on identifying strengths, weaknesses, and any financial issues related to the contractor. The completed questionnaire must be sent back directly to the USACE, ensuring the government has the right to verify the reported information. This document serves as a critical tool in assessing past performance for future government RFPs and grants, ensuring accountability and informing decisions about contractor eligibility.
    The solicitation outlines an invitation for bids for the HLD Turbine Intake Gate Hydraulic System Upgrade at Ice Harbor Dam, with a project cost estimated between $10 million and $25 million. Bidders must submit sealed offers by April 10, 2025, at 5:00 PM, including performance and payment bonds if required. The evaluation will consider technical approach, past performance, and pricing, focusing on the bidder's understanding of the project and capability to execute it successfully. A site visit is scheduled for March 20, 2025, and inquiries can only be submitted through a designated Bidder Inquiry website. The document specifies submission requirements, including the format, deadlines, and essential sections to include in proposals. Emphasis is placed on compliance with FAR clauses and the importance of demonstrating relevant experience in hydraulic system projects. The overall goal is to ensure a thorough evaluation of proposals to uphold high standards of construction and service quality.
    The document outlines a solicitation amendment from the U.S. Army Engineer District Walla Walla for a project, emphasizing the requirements for technical proposals, past performance, and pricing in response to a Request for Proposal (RFP). Key evaluation factors include the technical approach, previous contract performance, and pricing reasonableness. Potential contractors must acknowledge the amendment, adhere to submission guidelines, and demonstrate understanding and capability in their proposals. Proposals will be assessed on their technical approach, which must detail methods, logistics, and resource availability while addressing project risks. Following this, past performance evaluations require relevant examples demonstrating the contractor's experience in similar projects, focusing on recency, relevancy, and quality. The proposals must delineate major subcontractors' roles, provide communication processes, and address work plans, ensuring compliance with specified requirements. Finally, pricing should be detailed, with unit prices and calculations subject to verification for completeness and reasonableness. Proposals must be electronically submitted by a specific deadline, and late submissions may not be considered. This RFP emphasizes the government's intention to select a capable contractor based on comprehensive evaluations of proposal quality and adherence to guidelines.
    This document serves as an amendment to a solicitation from the US Army Engineer District, Walla Walla, concerning a proposal previously submitted. The key purpose of this amendment is to extend the proposal due date to April 18, 2025. Offers must acknowledge receipt of this amendment by either completing specific items on the document or through a separate correspondence referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the deadline may result in the rejection of offers. The document outlines procedures for submitting changes to previously submitted offers and reiterates that the terms and conditions of the original solicitation remain in effect except as modified by this amendment. It highlights the roles of the contracting officer and provides contact information for further inquiries. The overall context indicates a structured approach to managing proposal submissions within federal contracting, ensuring transparency and compliance with established regulations.
    The document outlines an amendment to the solicitation W912EF25RA001, specifically concerning proposal submissions for the Ice Harbor Intake Gate Hydraulic System Upgrades. The primary purpose of this amendment is to extend the proposal due date to April 25, 2025, and to modify various technical specifications. Key changes include revisions to hydraulic power system requirements, electrical specifications, and control panel stipulations, ensuring alignment with updated operational standards. Notably, there are updates on specifications for items such as power supply ratings, pressure switches, and cylinder requirements. Importantly, contractors are required to formally acknowledge receipt of this amendment prior to the submission deadline, with specific instructions provided for how to do so. The document emphasizes adherence to the original terms of the contract aside from these specified changes. Overall, the update seeks to clarify technical requirements while maintaining compliance and operational effectiveness in upcoming project proposals.
    This document serves as an amendment to a federal solicitation, specifically extending the proposal due date for the US Army Engineer District Walla Walla's contract W912EF25RA001 to May 16, 2025. It outlines critical instructions for contractors on how to acknowledge receipt of the amendment, requiring such acknowledgment before the specified deadline to avoid potential rejection of their offers. The amendment clarifies that contractors are not mandated to sign the document; however, they can submit changes to previously submitted offers electronically or via letter, referencing the relevant solicitation and amendment numbers. The document includes standard form details such as contract IDs, effective dates, and specifications for modifications to existing contracts or orders. Overall, it emphasizes procedural compliance and communication requirements essential for government contracting processes, reflecting the structured nature of federal contracting and the importance of timely updates and acknowledgments in the solicitation process.
    This document serves as an amendment to a solicitation, specifically extending the proposal due date for a contract with the U.S. Army Engineer District Walla Walla. It outlines the requirement for bidders to acknowledge receipt of the amendment before the specified deadline, which is now adjusted to May 30, 2025. Offers can be acknowledged through various methods, such as completing specified items on the amendment or by submitting a separate letter or electronic communication. The document includes procedural details about modifying existing contracts, including items that need to be completed and the importance of referencing relevant solicitation and amendment numbers. Additionally, it clarifies that the contractor is not required to sign the document for the amendment but must ensure timely acknowledgment to avoid rejection of offers. Overall, this amendment emphasizes the extended timeline for submissions and the procedural necessities for contractors responding to federal solicitations.
    The document pertains to an amendment for the Ice Harbor Intake Gate Hydraulic System Upgrade project, specifically Amendment 0006 for solicitation W912EF25RA001. It outlines essential administrative changes, including the extension of the proposal due date from May 30, 2025, to June 11, 2025, and the addition of a Past Performance Questionnaire to the solicitation materials. Significant revisions are detailed for various technical specifications, including updates on hydraulic structures, cybersecurity for control systems, and new requirements for electrical materials. Furthermore, the amendment stipulates project completion timelines, specifying work windows for various construction phases, such as the Pre-Main Unit and Main Unit Outage windows, with final cleanup required within 15 days after completion. The contract's funding structure under the Bonneville Power Administration is also highlighted, explaining that the contract is incrementally funded and contingent upon future funding availability. These adjustments and clarifications ensure compliance with federal regulations while setting clear expectations for contractors involved in the project.
    The document outlines an amendment to a solicitation regarding upgrades to the Ice Harbor Intake Gate Hydraulic System, issued by the US Army Engineer District Walla Walla. It details the requirements for responding to the amendment, including acknowledgment methods and implications for offers received after the specified date. Key changes in specifications include revisions to support beam quantities, work sequences, electrical materials, and hydraulic power systems. The updated timeline specifies work windows and completion dates, with the total project deadline set for February 28, 2028. The document emphasizes the contractor's obligations regarding project execution, including site restrictions, equipment staging, and reporting deliverables post-completion. The basis for contract award focuses on a best value tradeoff, prioritizing technical approach and past performance over price. Compliance with the outlined requirements is crucial for submission. This amendment underscores the diligent management of federal contracts necessary for successful project outcomes.
    The document outlines an amendment to a solicitation for the Ice Harbor Intake Gate Hydraulic System Upgrades, specifically Amendment 0008, under the US Army Engineer District Walla Walla. Key changes include an extension of the proposal due date from June 11, 2025, to June 18, 2025, and updates to the Past Performance Questionnaire requirements. Contractors must submit a completed questionnaire for each relevant contract that lacks a formal Contractor Performance Assessment Reporting System evaluation. This entails providing detailed contact information for the Points of Contact (POCs) involved in the evaluation process. Offerors can utilize the same performance questionnaires for related projects, enhancing efficiency in the submission process. The amendment specifies that failure to acknowledge receipt by the deadline may result in the rejection of submitted offers, stressing the importance of compliance with submission procedures. Overall, this amendment aims to ensure that potential contractors are thoroughly evaluated based on past performance, contributing to informed decision-making in the procurement process.
    This amendment to the solicitation W912EF25RA001 from the U.S. Army Engineer District Walla Walla outlines essential changes to the proposal for Ice Harbor Intake Gate Hydraulic System Upgrades. The submission deadline has been extended from June 18, 2025, to June 25, 2025. Key updates to specifications and drawings have been made, including revised minimum cylinder stroke requirements and the replacement of outdated wage determinations for construction workers, reflecting current law under the Davis-Bacon Act. Contractors must acknowledge receipt of this amendment by the specified deadline to avoid rejection of their offers. This document emphasizes compliance with federal regulations and timelines essential for contractors bidding on federal projects, indicating the rigorous standards expected in federal contracting processes.
    The Ice Harbor Intake Gate Hydraulic System Upgrades project aims to enhance the hydraulic system's efficiency and reliability at the Ice Harbor Dam. It outlines a comprehensive approach divided into three main phases: the pre-main unit outage, the first main unit outage, and the second main unit outage. Each phase involves preparing and replacing hydraulic equipment, including hydraulic cylinders, control panels, and fluid reservoirs, ensuring compliance with safety and environmental regulations. Additionally, the project enforces stringent governmental safety protocols and requires careful equipment staging and training for personnel. Key tasks include demolishing and disposing of outdated equipment, installing new systems, and conducting thorough testing and commissioning of the upgraded units. The project documentation emphasizes clear sequencing of work, adhering to regulatory codes, and comprehensive submittal procedures for compliance. This initiative reflects the government's commitment to maintaining and improving vital infrastructure while ensuring operational security and environmental protection.
    The Ice Harbor Intake Gate Hydraulic System Upgrades project (W912EF25RA001) outlines comprehensive enhancements to the hydraulic systems at the Ice Harbor facility. The project's scope includes general requirements, existing conditions, concrete work, metal fabrications, finishes, special constructions, integrated automation, electrical systems, hydraulic power systems, and material processing. Emphasis is placed on adhering to safety regulations, environmental protections, and quality control measures throughout the execution phases. Specific painting requirements for hydraulic structures are detailed, including surface preparation, application methods, and environmental conditions impacting paint adhesion and longevity. Safety and health provisions incorporate standards for personal protective equipment and waste handling. Furthermore, the project mandates rigorous inspections, operational training, and submissions for government approval. The initiative signifies a commitment to modernizing critical infrastructure while ensuring regulatory compliance and environmental safeguarding. Through methodical execution and thorough oversight, the project aims to deliver enhanced functionality and safety at the Ice Harbor facility in alignment with federal and local standards.
    The Ice Harbor Intake Gate Hydraulic System Upgrades project focuses on the comprehensive overhaul of hydraulic systems at the Ice Harbor Lock and Dam in Washington. The contract outlines the provision of 19 new hydraulic cylinder assemblies, support beams, and a hydraulic power unit, as well as the removal and disposal of outdated hydraulic equipment. The project includes multiple outage phases, ensuring that tasks related to hydraulic fluid headers, control panels, and reservoir tanks are executed sequentially to minimize disruptions. Key tasks encompass the design, fabrication, and installation of various hydraulic components, alongside environmental considerations such as the proper handling of hazardous materials like lead-based paint and asbestos. The project mandates stringent adherence to governmental safety and quality control standards, ensuring that equipment meets established regulatory requirements. As such, this upgrade initiative not only enhances operational efficiency but is also pivotal for maintaining safety, compliance, and environmental protection in the facility’s operations.
    The Ice Harbor Intake Gate Hydraulic System Upgrades project involves significant enhancements to the hydraulic systems responsible for operating intake gates at the Ice Harbor Powerhouse. Key aspects include the design, fabrication, testing, and installation of new hydraulic power units and cylinders, with a focus on improving operational efficiency and safety. The project structure encompasses various sections detailing general requirements, existing conditions, and specific performance standards for hydraulic systems. The document outlines strict quality assurance measures and emphasizes the need for compliance with industry standards and regulations throughout the upgrade process. It mandates the use of a Resident Management System (RMS) for contract administration, including data tracking on finances, quality control, and scheduling, ensuring seamless communication between government and contractors. The upgrades will address historical operational challenges by integrating advanced technology for a centralized hydraulic power unit, enhancing control mechanisms, and implementing remote operations capability. This project reflects the government’s commitment to modernizing essential infrastructure while ensuring safety, efficiency, and regulatory adherence.
    The Ice Harbor Intake Gate Hydraulic System Upgrades project, identified by W912EF25RA001, focuses on modernizing the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The scope includes the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, control panels, and a comprehensive hydraulic fluid system. The project also entails the removal of outdated equipment and the rehabilitation of existing facilities, emphasizing the need for careful handling and environmental protection. Critical components of the project define comprehensive requirements for safety, scheduling, and site restrictions. It mandates adherence to governmental safety regulations, including the employment of U.S. veterans and addressing environmental concerns. The contract outlines specific phases of work, including pre-main unit outages and system testing, necessitating precise coordination among contractors and regulatory bodies. The structure comprises multiple divisions covering general requirements, site conditions, existing construction issues, and operational security measures. This project highlights significant government investment in maintaining key infrastructure while ensuring compliance with safety, environmental, and community standards during operational upgrades.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Dworshak Powerhouse Roof Replacement
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking interested contractors for the Dworshak Powerhouse Roof Replacement project located in Ahsahka, Idaho. This construction project involves the removal and installation of roofing systems over multiple structures at the Dworshak Dam, with a projected contract value between $5 million and $10 million and a performance period of approximately 300 days. The project is critical for ensuring the integrity and safety of the powerhouse and ancillary roofs, which require specialized waterproofing systems and adherence to strict safety and quality control standards. Interested businesses must respond to the sources sought notice by January 7, 2026, providing relevant project experience and qualifications to Preston Jones at Preston.E.Jones@usace.army.mil or Jani Long at Jani.C.Long@usace.army.mil.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    Braddock Locks and Dam Hydraulic System Upgrades
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Braddock Locks and Dam Hydraulic System Upgrades project. This procurement involves the demolition and removal of the existing hydraulic system and its components, followed by the installation of a new hydraulic system, including supporting controls and buildings. The project is critical for maintaining the operational integrity of the dam, ensuring safety and efficiency in water management. The contract, valued between $10 million and $25 million, is set aside exclusively for small businesses, with a completion timeline of 730 calendar days after the issuance of the Notice to Proceed. Interested bidders must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contact Mario Dizdarevic at Mario.Taormina@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil.
    Spare Transformers for the Lower Snake River Plants
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is seeking contractors for the design, manufacture, and delivery of spare transformers for the Lower Snake River Plants, specifically at the Little Goose Lock and Dam in Washington. The procurement involves the supply of General Step-Up (GSU) power transformers, with detailed specifications including KVA ratings, voltage ratings, construction materials, and testing procedures outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency of hydroelectric facilities, ensuring reliable power distribution. Interested parties must submit their proposals by March 31, 2030, and can contact Preston Jones at Preston.E.Jones@usace.army.mil or Jani C Long at jani.c.long@usace.army.mil for further information.
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of the intake gate at Unit 3 of the Table Rock Powerhouse located in Taney County, Missouri. This project involves construction services with a magnitude estimated between $1,000,000 and $5,000,000, specifically targeting small businesses as it is a total small business set-aside under the SBA guidelines. The intake gate is a critical component of the powerhouse's operations, ensuring efficient water management and power generation. Interested contractors should note that a site visit is scheduled for November 4, 2025, at 10:00 AM CST, and inquiries can be submitted through the designated RFI platform until November 11, 2025. For further information, potential bidders can contact Shelby Henson at Shelby.m.henson@usace.army.mil or by phone at 501-340-1249.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    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.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    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 systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    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 set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.