WD Mayo Tainter Gate Repair
ID: W912BV25R0117Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST TULSATULSA, OK, 74137-4290, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14) (SDVOSBS)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 4, 2025, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the WD Mayo Tainter Gate Repair project, which involves repairing tainter gates at the W.D. Mayo Lock and Dam in Oklahoma. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will utilize a Best Value Trade Off (BVTO) procurement method, culminating in a firm-fixed price contract. The project is part of the McClellan-Kerr Arkansas River Navigation System and is significant for maintaining essential infrastructure. Interested bidders should note that the Request for Proposal (RFP) is expected to be released around April 4, 2025, with proposals due on or about May 4, 2025. For further inquiries, interested parties can contact Tyler Hastings at tyler.a.hastings@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Mar 20, 2025, 9:08 PM UTC
The U.S. Army Corps of Engineers (USACE) issued a pre-solicitation notice for the WD Mayo Tainter Gate Repair project, identified by solicitation number W912BV-25-R-0017. The notice, dated March 20, 2025, announces that proposals will be sought for repairing tainter gates at the W.D. Mayo Lock and Dam in Oklahoma, with a Request for Proposal (RFP) expected to be released around April 4, 2025. The contract is designed for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will follow a Best Value Trade Off (BVTO) procurement method, leading to a firm-fixed price contract. Interested bidders must access the RFP and amendments solely in electronic format, available through designated government websites. The NAICS code for this project is 237990, with a size standard of $45 million. The work is part of the McClellan-Kerr Arkansas River Navigation System. The exact period of performance is yet to be determined, and no costs will be reimbursed for information provided in response to this notice. This initiative reflects the government’s commitment to engaging with small businesses, particularly those owned by service-disabled veterans, in public infrastructure projects.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
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 a Sources Sought announcement regarding repairs to the tainter gates at Keystone Lake Dam in Tulsa County, Oklahoma. The project involves a design-bid-build approach to repair the floating bulkhead and tainter gates, including inspections, nondestructive testing of welds, replacement of compromised steel, sandblasting, painting, and replacement of anodes and seals. This procurement is crucial for maintaining the structural integrity and operational functionality of the dam, with an estimated construction cost between $5 million and $10 million and a duration of approximately 730 calendar days. Interested firms must respond by 2:00 PM CST on April 14, 2025, and can contact Tyler Godwin at tyler.l.godwin@usace.army.mil for further details.
Bayou Meto Canal 1000 Phase 3.2
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the Bayou Meto Canal 1000 Phase 3.2 project, which involves the construction of an extensive irrigation canal system in Lonoke County, Arkansas. The project requires the contractor to furnish all necessary labor, materials, and equipment to construct 14,665 linear feet of canal, along with various structures including farm offtakes and siphons, with a total contract value exceeding $10 million. This procurement is set aside for small businesses, and proposals will be evaluated based on technical merit, management approach, past performance, and price, with a contract duration of 763 days. Interested vendors should monitor the Procurement Integrated Enterprise Environment (PIEE) for the solicitation release, expected around April 16, 2025, and submit proposals by May 20, 2025; for further inquiries, contact Sequoria Chatmon at sequoria.l.chatmon@usace.army.mil or call 901-544-0973.
MS RIVER MI 616-326 STONE REPAIRS TO REVETMENTS AND DIKES, FY25 FC/MR&T, MS RIVER BASIN, CHANNEL IMPROVEMENT PROGRAM INDEFINITE DELIVERY/INDEFINITE QUANTITY, (IDIQ)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for stone repairs to revetments and dikes along the Mississippi River, specifically between mile markers 616 and 326, as part of the Fiscal Year 2025 Channel Improvement Program. The project involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a total capacity of $30 million, including a minimum guarantee of $8 million, and encompasses tasks such as grading, stone paving, and environmental protection under varying water conditions. This initiative is crucial for maintaining and enhancing flood protection and the reliability of river infrastructure, reflecting the government's commitment to safeguarding local communities. Interested bidders must submit their proposals by April 22, 2025, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
Riprap Overlay at Pomona Lake Project Dam
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the Riprap Overlay at Pomona Lake Project Dam, located in Osage County, Kansas. The project involves regrading and overlaying damaged portions of the upstream embankment slope with bedding and riprap, along with necessary repairs to access roads, debris removal, and other incidental work. This construction project is crucial for maintaining the integrity of the dam and ensuring safety in the surrounding area. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a bid due date extended to April 18, 2025, at 9 AM CDT. Interested contractors can reach out to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Matthew Wilson at MATTHEW.J.WILSON@usace.army.mil for further inquiries.
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.
ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals 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. The procurement aims to enhance the safety and structural integrity of the dam through comprehensive engineering solutions, including geotechnical assessments and adherence to federal safety standards. This project is critical for maintaining flood control and ensuring the reliability of water management systems in the region. Interested contractors must submit their proposals electronically by April 18, 2025, with a total estimated contract value between $250 million and $500 million. For further inquiries, potential bidders can contact Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.
Stoplogs and Lifting Beam for Copan Lake, OK
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Tulsa District, is preparing to solicit bids for the fabrication, painting, and delivery of four stoplogs and one lifting beam for Copan Lake, Oklahoma. This procurement is critical for maintaining the operational integrity of the lake's infrastructure, which plays a vital role in water management and flood control. The solicitation is set to be issued on or about April 16, 2024, with a closing date approximately 30 days thereafter, and is exclusively open to small businesses. Interested contractors must ensure they are registered in the System for Award Management (SAM) and include the applicable NAICS code 332312 in their profiles. For further inquiries, potential bidders can contact Miguel Martinez at miguel.a.martinez2@usace.army.mil or by phone at (918) 669-7366.
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. 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 strict safety and environmental regulations. This initiative is crucial for maintaining the integrity and reliability of regional water management infrastructure. Interested small businesses must submit sealed offers by April 18, 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.
138 FW Repair Central and South Base Primary Electrical
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the Repair Central and South Base Primary Electrical project at the Tulsa Air National Guard Base in Oklahoma. This project involves the replacement of the underground electric distribution system serving various facilities, with a focus on ensuring compliance with local, state, and federal regulations while modernizing essential infrastructure. The contract is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated value between $1 million and $5 million, and funding is anticipated to be available prior to the award. Interested bidders must attend a pre-bid conference on April 10, 2025, and submit their bids by May 5, 2025, with inquiries directed to Joshua Kingori at 138.FW.MSC@us.af.mil or by phone at 918-833-7305.
Lock & Dam 7 Outdraft Modification
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the Lock & Dam 7 Outdraft Modification project located in La Crescent, Minnesota. This procurement involves modifying the existing weir and constructing a new rock weir structure at Lock & Dam 7, in accordance with the provided contract drawings and specifications. The project is significant for enhancing the infrastructure of non-building facilities, and it is set aside 100% for small businesses, with a firm fixed-price contract expected to range between $5 million and $10 million. Interested parties should contact Justin H. Rose at justin.h.rose@usace.army.mil or by phone at 651-290-5422 for further details.