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 in Burbank, Washington. This project aims to modernize the hydraulic systems at the Ice Harbor Lock and Dam, including the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, while also removing outdated equipment and rehabilitating existing facilities. The contract, estimated to cost between $10 million and $25 million, emphasizes compliance with safety regulations and environmental protection, with a bid submission deadline of April 10, 2025, at 5:00 PM. Interested bidders can contact Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    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 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 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 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
    4 Corners Hydraulic System Replacement for Hannibal Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is soliciting bids for the replacement of the hydraulic system at the Hannibal Locks and Dam. This project falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and involves the repair or alteration of dams as indicated by the PSC code Z2KA. The hydraulic system is critical for the operational efficiency and safety of the locks and dam infrastructure. Interested contractors can reach out to Aaron Barr at aaron.m.barr@usace.army.mil or by phone at 412-395-7157, or Connie Ferguson at connie.l.ferguson@usace.army.mil or 412-395-7551 for further details regarding the solicitation process.
    Construct New Bulkhead, Hugo Lake, Oklahoma
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is seeking information from qualified firms for a future Design-Bid-Build contract to construct a new bulkhead at Hugo Lake, Oklahoma. The project involves the fabrication, shipping, field assembly, testing, and construction of a crane pad for the deployment and retrieval of six hollow steel segments designed to block water flow during maintenance operations. This bulkhead is critical for ensuring the operational integrity of the tainter gates at the Denison Powerhouse, which plays a vital role in water management. Interested contractors must submit a 5-page Experience/Capabilities Statement by March 24, 2025, and should be registered in the System for Award Management (SAM). The estimated contract value is between $5 to $10 million, and inquiries can be directed to Clinton Yandell at clinton.j.yandell@usace.army.mil or by phone at 918-669-4920.
    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--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.
    Source Sought - LLA Fish Pump - MCC and Electrical Upgrades
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking expressions of interest from both large and small businesses for the LLA Fish Pump - MCC and Electrical Upgrades project. This Sources Sought Synopsis aims to assess market capabilities for the rehabilitation of fish pumps at the Lower Granite Lock and Dam, which includes the redesign of rewinds and bearings, as well as the procurement and installation of new Motor Control Centers (MCCs) with modernized control systems. The project is crucial for enhancing the reliability and performance of fish passage systems, reflecting the government's commitment to infrastructure and environmental stewardship. Interested firms must submit a capabilities package by April 7, 2025, to Zachary Newby at zachary.s.newby@usace.army.mil, and must be registered in the System for Award Management (SAM) to participate.
    Keystone Lake Tainter Gate Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa District, is seeking responses for the repair of tainter gates at the Keystone Lake Dam in Tulsa County, Oklahoma. This project involves a design-build contract for repairs, including inspections, testing, and replacement of various components such as the floating bulkhead and tainter gates, with an estimated construction price range between $5 million and $10 million. The initiative is crucial for maintaining the integrity and safety of the dam infrastructure, and the government encourages participation from small businesses, including those in the 8(a), HUBZone, SDVOSB, and WOSB categories. Interested firms must submit their responses by 2:00 PM CST on April 14, 2025, to Tyler Godwin at tyler.l.godwin@usace.army.mil, with the anticipated solicitation issuance date around May 30, 2025.
    FY25 Willapa Bay Maintenance Dredging
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is preparing to solicit bids for the FY25 Willapa Bay Maintenance Dredging project in Washington. This procurement aims to engage contractors for the construction of dredging facilities, which are essential for maintaining navigable waterways and ensuring safe passage for maritime traffic. The project underscores the importance of effective dredging operations in supporting local economies and environmental management. Interested contractors can reach out to Geraldine L. Kemp at Geraldine.L.Kemp@usace.army.mil or Scott Britt at scott.w.britt@usace.army.mil for further details as the presolicitation notice progresses.
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. This project aims to enhance the safety and structural integrity of the dam, addressing critical geotechnical concerns identified in previous assessments, including the management of karst geological features and ensuring compliance with federal safety standards. The estimated contract value ranges between $250 million and $500 million, with proposals due by April 18, 2025. Interested contractors can reach out to Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211 for further details.
    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.
    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.