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
  1. 1
    Posted Mar 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 17, 2025, 12:00 AM UTC
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 involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining the operational integrity of the dam, which plays a vital role in regional water management. Interested small businesses must submit sealed offers by April 25, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.

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.
Apr 22, 2025, 12:05 AM UTC
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.
Apr 22, 2025, 12:05 AM UTC
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.
Apr 22, 2025, 12:05 AM UTC
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.
Apr 22, 2025, 12:05 AM UTC
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.
Apr 22, 2025, 12:05 AM UTC
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.
Apr 22, 2025, 12:05 AM UTC
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.
Apr 22, 2025, 12:05 AM UTC
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.
Apr 22, 2025, 12:05 AM UTC
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, 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
Solicitation
Similar Opportunities
Lower Granite Dam Turbine Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the upgrade of the hydraulic system for the intake gate at the Lower Granite Dam in Pomeroy, Washington. The project involves the removal and replacement of the existing hydraulic system, including the installation of new hydraulic cylinders, support beams, and a hydraulic power unit, organized into three phases: pre-main unit outage, main unit outage, and post-main unit outage. This upgrade is crucial for enhancing the operational efficacy and safety of the dam's infrastructure. The estimated contract value ranges from $10 million to $25 million, with proposals due by May 16, 2025. Interested contractors should direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or call 509-527-7206.
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.
HLD EIM Generator Electrical Supply
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the supply of electrical products for the HLD EIM Generator project at Ice Harbor Dam. This procurement specifically seeks materials such as cabling, conduit, and various electrical supplies, which must comply with established technical specifications and Federal Acquisition Regulations (FAR). The awarded contract will prioritize Women-Owned Small Businesses (WOSB) and will be based on the lowest price that meets all solicitation requirements, with bids due by April 28, 2025. Interested vendors can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
Little Goose Lock and Dam Stilling Basin Sediment Removal
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Walla Walla District, is seeking small business sources for a construction project focused on sediment removal from the stilling basin at Little Goose Lock and Dam in Washington State. The project involves dredging approximately 28,000 cubic yards of sediment and inspecting the concrete surfaces of the stilling basin to inform future maintenance and repair actions. This opportunity is critical for ensuring the operational integrity of the dam and maintaining safety standards, with a firm-fixed-price construction contract anticipated. Interested businesses must submit their qualifications and relevant project experience to Preston Jones by April 30, 2025, with the on-site work window scheduled from November 16, 2025, to February 27, 2026.
Replace and Repair Lock Control System - Smithland Lock and Dam
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and repair of the lock control system at the Smithland Lock and Dam in Brookport, Illinois. This project involves the replacement of existing control stands, lock instrumentation equipment, and updates to the lock operations interlock system to meet current standards, with a total contract value estimated between $1 million and $5 million. The initiative is crucial for enhancing the operational efficiency and safety of the dam, reflecting the government's commitment to modernizing critical infrastructure. Interested small businesses must submit their proposals electronically by April 30, 2025, and can direct inquiries to Joel Huberman at joel.huberman@usace.army.mil or by phone at 502-315-7409.
Webbers Falls Tainter Gate Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa District, is seeking information from qualified contractors for the replacement of tainter gates at the Webbers Falls Lock and Dam in Oklahoma. This project involves the design and construction of new gates that will replace existing spillway gates, ensuring compatibility with the current structure while modernizing the design to enhance durability and safety. The estimated construction cost ranges from $25 million to $50 million, with a project duration of approximately 365 days. Interested firms must respond to the sources sought synopsis by May 23, 2025, and can contact Tyler Godwin at tyler.l.godwin@usace.army.mil for further details.
Sources Sought: Albeni Falls Dam Spillway Gate Replacments
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers – Seattle District, is seeking qualified contractors for the replacement of steel spillway gates at the Albeni Falls Dam in Oldtown, Idaho. The project involves fabricating between five to eleven new vertical lift gates, along with two new lifting beams and electric actuators, while ensuring minimal disruption to dam operations during installation. This initiative is critical for maintaining the integrity and functionality of the dam's infrastructure, with the initial contract solicitation for the first five gates anticipated in FY26, and the remaining gates as optional items in subsequent years. Interested firms must submit their capabilities packages by 10:00 AM PST on April 29, 2025, to Jeannette K. Patton at jeannette.k.patton@usace.army.mil, and must be registered in the System for Award Management (SAM) to be eligible for the contract.
W.D Mayo Tainter Gate
Buyer not available
The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting bids for the repair of Tainter Gates at the W.D. Mayo Lock and Dam in Oklahoma. The contractor will be responsible for a total turn-key contract that includes all necessary repairs and incidental work, with the exception of setting the stoplogs, which will be provided by the government. This project is part of the McClellan-Kerr Arkansas River Navigation System, emphasizing the importance of maintaining infrastructure critical for navigation and flood control in the region. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Tyler Hastings at tyler.a.hastings@usace.army.mil or by phone at 918-669-4396 for further details.
Barren River Lake Hydraulic Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. The project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, ensuring that one hydraulic system remains operational during repairs while adhering to strict safety and environmental regulations. This initiative is vital for maintaining infrastructure reliability and operational efficiency, with a contract value estimated between $100,000 and $250,000, set aside entirely for small businesses. Interested contractors must submit sealed bids by 10:00 AM on February 21, 2025, and can direct inquiries to Kelly Duggins at Kelly.S.Duggins@usace.army.mil or by phone at 502-315-6013.
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.