TDA Transformer 9-11 Interim Repair
ID: W9127N25RA012Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Electrical Contractors and Other Wiring Installation Contractors (238210)

PSC

REPAIR OR ALTERATION OF EPG FACILITIES - HYDRO (Z2MD)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is soliciting proposals for the TDA Transformer 9-11 Interim Repair project, which involves the repair and modification of transformers at The Dalles Lock and Dam located in Klickitat County, Washington, and Wasco County, Oregon. The project aims to address critical infrastructure needs by repairing three identical 230,000/132,790-13200 Volt transformers, which are essential for the operation of the dam. This procurement is a 100% Total Small Business Set-Aside, with an estimated contract value between $3 million and $5 million, and proposals are to be evaluated based on the Best Value Tradeoff source selection method. Interested contractors must submit their proposals by August 14, 2025, and are encouraged to contact Joseph B. Jarvis at joseph.b.jarvis@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This government file details the measurement and payment procedures for The Dalles Transformers T9 - T11 Repairs project. It outlines how the contract price covers all incidental work and specifies both unit price and job payment items. Mandatory items include mobilization and demobilization, repair and testing/commissioning for Transformers 9, 10, and 11, concrete slot covers, and the removal and disposal of asbestos-containing materials (with separate CLINs for the first five pounds and over five pounds). An optional item for valve replacement is also included. The document specifies that all costs not explicitly mentioned for separate payment are incidental to the work and included in the Contract Line Item Numbers (CLINs).
    The document outlines a contract for the repair and maintenance of Transformers 9, 10, and 11 at The Dalles. It details the measurement and payment protocols for various tasks, organized under Contract Line Item Numbers (CLINs). Key items include mobilization and demobilization, repairs, testing and commissioning of each transformer, installation of concrete slot covers, and the removal of asbestos-containing materials. Each CLIN specifies how work will be measured, the necessary materials and labor involved, and the corresponding payment structure, which encompasses full compensation for related costs. Additionally, an optional CLIN is provided for valve replacement. The document's purpose is to ensure transparent pricing and thorough project management within government contracting guidelines, facilitating compliance and accountability for all entities involved. This contract aligns with federal RFP standards, emphasizing safety, environmental responsibility, and comprehensive execution of engineering tasks.
    The document outlines additional optional areas for transformer work, specifically detailing Option 1 as received from KTR. These options are viable but require structural calculations before removing the coil and core. There may also be a need for crane rail repair during the transformer repair period of performance. The document notes that other contractors used the area during the repair of T9-11, and approximates the completion of this projected work.
    The document outlines optional areas for work related to transformer repairs, specifically referencing the removal of coils and cores from transformers T9-11. It emphasizes the necessity for structural calculations prior to initiating these repairs. Additionally, the repairs may involve the repair of crane rails during the transformer maintenance period. The projected completion date remains unspecified but is indicated by a yellow line in the provided documentation. The overall context suggests that this information is part of a broader government project involving federal or state contractors aimed at maintaining or upgrading electrical transformer infrastructure. The emphasis on planning and structural considerations reflects a commitment to safety and engineering precision in government contracting.
    The document outlines site logistics and designated areas at The Dalles Dam, likely for contractors involved in federal projects. It details entrance points, contractor parking, and specific work zones for various projects, including transformer repair and an intake crane project scheduled for September FY 2024. Color-coded text indicates restrictions and access: white for entrances, orange for possible trailer locations with power, yellow for transformer repair vehicle space, red for restricted parking, and blue for existing project areas. The document also identifies AWS project locations with potential interference in FY 2026 and mentions specific transformer locations (T9, T10, T11). Two picture locations are referenced, showing spaces between T8 and the Bay 15 Elevator, and between the TDE transformer container and T7A. This information is critical for managing contractor activities and site access within government project guidelines.
    The document is a site plan drawing titled "THE DALLAS DAM TRANSFORMER REPAIR T9-11 CONTRACTOR SITE PLAN," identified by Solicitation No. G2ENCJEG and Drawing Number G-101. Prepared by the U.S. Army Corps of Engineers, Portland District, the drawing details the contractor's site layout for the transformer repair project at The Dalles Dam. The file was last saved on October 31, 2024, and is intended for NTS (Not To Scale) plotting. This document is likely part of a federal government RFP, providing critical visual information for potential contractors bidding on the repair work, outlining the logistical considerations and operational areas within the project site.
    The document outlines key logistical and infrastructure considerations for a project, likely related to an AWS installation, scheduled for fiscal years 2026/27. It details specific locations for AWS project work, including potential interference areas, and identifies the need for a "Possible Transformer Repair Trailer" requiring 480v 60A access. The document also meticulously addresses contractor parking, distinguishing between "Contractor Parking," "Additional Contractor Parking," and "Other Project Parking," while explicitly prohibiting access and parking at a "Fuel Station" and marking "NO CONTRACTOR PARKING" in certain zones. Furthermore, it highlights an "Intake Crane Project Work Area" slated for September FY 2025 and references "Picture One Location" and "Picture Two Location." Specific transformers, T11, T10, and T9, are individually noted, indicating their importance to the project's electrical infrastructure. The repeat mention of the "Intake Crane Project Work Area – SEPT. FY 2025" underscores its significance and a fixed timeline within the broader project. This file serves as a crucial planning document, identifying potential challenges, logistical requirements, and key infrastructure components for a large-scale government or federally-funded project.
    The file outlines the "CONTRACTOR SITE PLAN" for "THE DALLAS DAM TRANSFORMER REPAIR T9-11," identified as Solicitation No. G2ENCJEG. This document, prepared by the U.S. Army Corps of Engineers, Portland District, details a critical repair project. The file was last saved on October 31, 2024, and includes identification details such as the drawing number G-102 and the file name "contractor layout plan2.dwg." This plan is essential for contractors involved in the repair of transformers at The Dallas Dam, ensuring organized and compliant operations on-site.
    The document outlines workspace logistics at The Dalles Dam in Oregon, focusing on the setup for a transformer repair project in FY 2026 and an intake crane project scheduled for September FY 2024. It specifies various areas through color-coded text for contractor trailer locations, parking limitations, and no-access zones, ensuring efficient project management and safety compliance. Spaces designated for transformer repair contractor vehicles are highlighted, alongside areas for existing projects. Images included in the file provide visual references for specific locations relevant to the transformer setup. The document underscores the importance of clear signage and organized contractor access to maintain operational flow during upcoming projects, reflecting adherence to federal and state regulatory requirements for infrastructure management.
    The document pertains to a contractor site plan for transformer repair at the Dallas Dam, managed by the U.S. Army Corps of Engineers in Portland, Oregon. The solicitation number is G2ENCJEG, with a plot date and drawing number marked as 10/31/2024 and G-101, respectively. This plans encompass the site layout and requirements necessary for carrying out the transformer repairs, ensuring compliance with federal and local regulations. The documentation signifies the design phase of the project, making it crucial for contractors to understand the specifications, and coordinate effectively to execute the repairs safely and efficiently. The purpose of this project aligns with government initiatives to maintain infrastructure and deliver essential services, thereby underscoring the significance of precise planning and execution in federal projects.
    The document outlines plans for an AWS project scheduled for fiscal years 2026/27, primarily focused on potential transformer repairs and site access logistics. Specifically, it includes details on contractor parking arrangements and restricted areas, such as the fuel station. The project also encompasses a work area for the Intake Crane project slated for September 2025, highlighting the locations of transformers T9, T10, and T11. Visual aids are included, denoting specific project locations marked as “Picture One” and “Picture Two.” Overall, the document serves as a logistical framework to ensure that the upcoming AWS project activities are organized, emphasizing both contractor accessibility and the management of potential interferences during the project timeline.
    The document pertains to the contractor site plan for the repair of transformers at the Dallas Dam, prepared by the U.S. Army Corps of Engineers, specifically the Portland District. The solicitation number and identification details indicate that this is a structured request for proposals related to infrastructure maintenance. The plan includes technical specifications and layout details critical for contractors engaged in the repair work, highlighting the project’s focus on enhancing essential electrical systems at the dam. Armed with a plot date of October 31, 2024, the document is structured to ensure clarity for potential contractors, allowing them to prepare their proposals effectively. Emphasizing cooperation with federal standards, the content reflects an organized approach to solicit bids for vital infrastructure repair, aiming to support the operational integrity of the Dallas Dam.
    The document details a solicitation from the U.S. Army Corps of Engineers for constructing concrete hatch covers for intake decks at The Dalles Lock and Dam in Portland, Oregon. The project involves specifications for the design, materials, and construction methods of the hatch covers, emphasizing the use of high-strength concrete (5000 PSI) and ASTM A615 reinforcement. Key features include the requirement for concrete hatch covers to have a brush finish, hot-dip galvanization for steel frames, and proper smoothing of edges. Additionally, construction should adhere to standards for anchoring, with certain types of covers required in specified quantities. Detailed specifications for dimensions, types of materials, and structural integrity ensure compliance with engineering standards. This solicitation serves as a technical framework for potential contractors aiming to fulfill the federal RFP, ensuring that products meet government standards for safety and durability in infrastructure projects. The document encapsulates technical instructions vital for maintaining quality control and successful project completion within the constraints of federal grant and RFP guidelines.
    This government Request for Proposal (RFP) outlines requirements for the Dalles Dam Transformers 9-11 Repairs project in Washington and Oregon, with an estimated construction magnitude of $1,000,000.00 - $5,000,000.00. The project is a 100% small business set-aside under NAICS 238210 (Electrical Contractors), with a $19,000,000.00 size standard. The contract is a firm-fixed-price type, and the government intends to award it without discussions. Proposals must include a technical volume (Work Plan and Past Performance) and a price volume. The Work Plan requires a Gantt chart schedule, critical path identification, and mitigation strategies for site challenges. Past performance evaluation focuses on similar transformer refurbishment and testing projects completed within the last five years. Offerors must submit proposals via email by July 7, 2025, at 5:00 PM local time. Inquiries are handled exclusively through ProjNet-Bid.
    This government Request for Proposal (RFP) outlines requirements for the “The Dalles Dam Transformers 9-11 Repairs” project in Washington and Oregon. The project, valued between $1,000,000 and $5,000,000, is a 100% Small Business Set-Aside under NAICS code 238210. It specifies a firm-fixed-price contract for transformer repairs, testing, commissioning, asbestos removal, and concrete slot cover installation. The proposal submission deadline is August 14, 2025, with a 365-day performance period. Proposals must include a technical volume with a detailed work plan and past performance, and a price volume. Evaluation factors include the work plan and past performance, with an emphasis on transformer refurbishment and testing experience. The document also includes instructions for bidder inquiries via ProjNet-Bid and lists applicable FAR and DFARS clauses.
    This document is an amendment to a solicitation/modification of a contract, specifically W9127N25RA012, effective May 22, 2025. Its primary purpose is to update critical information regarding bidder inquiries and site visit requirements. Key changes include mandatory submission of inquiries via ProjNet-Bid, with strict deadlines for questions and responses. Additionally, a detailed site visit for May 28, 2025, is outlined, requiring RSVP by May 23, 2025, with specific attendee information, U.S. citizenship, and required safety gear. Attendees must also present REAL ID-compliant identification and complete High Energy Control Program (HECP) training. A supplementary video walkthrough will be posted on SAM.gov, though it does not replace the in-person site visit.
    This document is Amendment 0002 to Solicitation W9127N25RA012, issued by ENDIST PORTLAND, United States. The primary purpose of this amendment is to extend the solicitation close date from June 13, 2025, to June 20, 2025. It also outlines the procedures for offerors to acknowledge receipt of this amendment, either by returning copies of the amendment with items 8 and 15 completed, acknowledging it on each offer copy, or through separate written or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge the amendment by the specified date and time may lead to the rejection of the offer. Any changes to previously submitted offers must also be made via letter or electronic communication, referencing the solicitation and amendment, and must be received before the new opening date and time. All other terms and conditions of the original solicitation remain unchanged.
    This government file is an amendment to a solicitation (W9127N25RA012) issued by the US Army Corps of Engineers, Portland District (W9127N). The primary purpose of this amendment (0004) is to extend the response due date for offers. The original due date of July 7, 2025, has been extended by one week to July 14, 2025. The document outlines the methods for offerors to acknowledge receipt of this amendment, such as completing specific items on the form, acknowledging it on their offer copies, or sending a separate communication. Failure to acknowledge the amendment prior to the new deadline may result in the rejection of an offer. It also specifies that any changes to an already submitted offer must be made via letter or electronic communication, referencing the solicitation and amendment numbers, and must be received before the updated closing hour and date. All other terms and conditions of the original solicitation remain unchanged.
    This government file, an amendment to a solicitation/modification of a contract, details changes to a federal procurement document, specifically focusing on asbestos removal services. The primary purpose of this amendment is to revise the Contract Line Item Number (CLIN) 0009. Previously, asbestos removal was categorized into two optional CLINs based on weight (under and over five pounds). This amendment consolidates these into a single CLIN for "Removal and Disposal of Asbestos Containing Materials," providing all necessary labor, equipment, materials, parts, and incidentals. The document outlines the process for acknowledging receipt of the amendment and the implications of not doing so, emphasizing that failure to acknowledge receipt may result in rejection of an offer. It also specifies how changes to an already submitted offer can be made. This modification ensures streamlined procurement for asbestos remediation, clarifying the scope of work for contractors.
    This document, Amendment W9127N25RA0120006, modifies a federal government solicitation by extending the closing date to August 14, 2025. Key changes include the incorporation of a second site visit on July 21, 2025, and a clarification that AutoCAD will replace MicroStation for all CAD files. The amendment also updates wage determinations. It details instructions for submitting inquiries via ProjNet-Bid, emphasizing that telephone and email inquiries will not be accepted. The document specifies acceptance and delivery locations and periods for various contract line items (CLINs/SLINs/ELINs), all pointing to W071 ENDIST PORTLAND with a delivery period from November 1, 2025, to December 31, 2027. Furthermore, it outlines detailed requirements for the site visit, including RSVP procedures, mandatory safety gear, identification requirements, REAL ID compliance, High Energy Control Program (HECP) training, and the need for a personal lock. A video walk-through will be provided as a supplemental resource for those unable to attend the in-person site visit.
    This government file, an amendment to solicitation W9127N25RA0120007, updates the wage determination, specifically WA20250050 dated July 18, 2025, for heavy construction projects including water and sewer line construction in Klickitat County, Washington. It outlines prevailing wage rates and fringe benefits for various occupations like Millwrights, Electricians, Power Equipment Operators (with detailed classifications), Ironworkers, Laborers, Painters, and Cement Masons, and includes zone pay differentials for different metropolitan and city areas. The document also references Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) regarding minimum wage requirements for federal contracts, and Executive Order 13706 for paid sick leave. It further provides guidance on appealing wage determinations, including contacts for the WHD Branch of Wage Surveys and the WHD Branch of Construction Wage Determinations, and the process for requesting review and reconsideration from the Wage and Hour Administrator and appealing to the Administrative Review Board.
    This document, Amendment/Modification Number 0008 to Solicitation Number W9127N25RA012, issued by ENDIST PORTLAND, revises the original solicitation. The primary purpose of this amendment is to clarify that an offer guarantee is not required, while emphasizing that payment and performance bonds are still mandatory in accordance with FAR 52.228-15, Performance and Payment Bonds--Construction. The amendment also extends the offer receipt date to August 14, 2025. All other terms and conditions of the initial solicitation remain unchanged. The document outlines the procedures for acknowledging receipt of the amendment, either by returning signed copies, acknowledging on the offer, or via separate communication. It also specifies how offerors can modify previously submitted offers in light of this amendment. This modification ensures compliance with federal acquisition regulations regarding bonding requirements for construction contracts.
    This government file is an amendment to a solicitation, specifically identified as Amendment/Modification Number 0009 for Solicitation Number W9127N25RA012. The primary purpose of this amendment, as stated in Item 14, is to cancel the solicitation in its entirety. The document outlines the procedures for acknowledging receipt of amendments by offerors, including completing specific items, acknowledging on submitted offers, or sending a separate communication. It also details how changes to already submitted offers can be made. The amendment includes administrative details such as the effective date (September 4, 2025), the issuing and administering offices (W071 ENDIST PORTLAND), and contact information for the contracting officer. The previous edition of the form (STANDARD FORM 30, REV. 11/2016) is deemed unusable.
    On September 4, 2025, the Department of the Army, U.S. Army Engineers, Portland District, issued a cancellation for Request for Proposals, Solicitation W9127N25RA012, concerning the TDA Transformer 9-11 Interim Repair. The cancellation was made at the discretion of the Contracting Officer, Cory R. Pfenning, in accordance with FAR 43.103(b). This communication formally informs all concerned parties that the solicitation has been withdrawn.
    The document outlines the Request for Proposal (RFP) for the construction, alteration, and repair of transformers at The Dalles Dam located in Klickitat County, Washington, and Wasco County, Oregon. The Government seeks small business contractors to undertake the project, with funding estimated between $1 million and $5 million. Essential requirements include bid submission guidelines, project performance timelines, and necessary bonding. Detailed instructions are provided for the technical and price proposals, emphasizing a clear structure to ensure evaluation efficiency. The RFP specifies mandatory inclusion of performance bonds, past performance references, and a work plan. Bidders are encouraged to utilize a web-based program for inquiries, with an emphasis on compliance with various federal acquisition regulations. The project focuses on transformer repairs, testing, and health hazardous materials management, indicating the significant scope and complexity that must echo the qualifications and experience of potential contractors. This procurement is indicative of the government's commitment to involving small businesses in significant construction efforts while adhering to strict regulatory and safety standards.
    This document serves as an amendment to a specific federal solicitation, extending the timeline for offer submissions and detailing necessary acknowledgments from bidders. It emphasizes that offers must acknowledge receipt of this amendment in a designated manner to avoid rejection. The amendment also introduces updates, including the incorporation of a site visit provision, specifying that all prospective bidders are encouraged to inspect the work site prior to submitting their offers. An organized site visit is scheduled for May 28, 2025, at The Dalles Dam, with essential participation requirements, including pre-registration and safety compliance. The document outlines that all inquiries must be submitted via the ProjNet-Bid platform, reinforcing that no inquiries will be accepted after a specified deadline. Furthermore, it provides guidelines for accessing site information and emphasizes the importance of familiarizing applicants with relevant conditions before bidding. This amendment reflects an ongoing effort to enhance communication and ensure equitable access to the bidding process while maintaining compliance with federal regulations.
    This document serves as an amendment to a federal solicitation, officially extending the deadline for offers to June 20, 2025. It specifies the methods by which bidders must acknowledge receipt of this amendment in order for their offers to remain valid. This includes filling out specific sections of the form, responding on their offer copies, or through electronic means. The amendment allows for changes to previously submitted offers as long as they are made according to the specified procedures before the new closing date. The document also includes administrative details such as the solicitation number and the contact information for the contracting officer. The key intent of the amendment is to ensure all parties are informed of the date changes while reaffirming that all other aspects of the original solicitation remain unchanged.
    This document is an amendment to a federal solicitation, specifically for a request for proposals (RFP) numbered W9127N24R0044. It extends the deadline for offer submissions by one week, with the new closing date set for July 14, 2025. The amendment outlines the procedures for acknowledging receipt, which may include completing specific items on the amendment form, direct acknowledgment on the submitted offer copies, or through a separate communication referencing the solicitation and amendment numbers. Additionally, it mentions that any changes to previously submitted offers must also adhere to the acknowledgment requirements. The document confirms that all other terms and conditions of the original solicitation remain unchanged unless explicitly modified in the amendment. The notice was issued by the U.S. Army Corps of Engineers, Portland District, and includes contact information for the contracting officer overseeing this amendment. The adjustments made highlight the regulatory framework governing the bidding process and ensure compliance among potential contractors.
    The document outlines an amendment to a federal solicitation concerning the removal and disposal of asbestos-containing materials. The amendment communicates that the solicitation's deadline has been extended and details how offerors must acknowledge receipt of this amendment to ensure their offers are not rejected. It describes specific modifications to the contract line item numbers (CLINs) related to asbestos removal, consolidating previous optional line items into a new single CLIN, enhancing clarity in the procurement process. The document emphasizes that while certain aspects have changed, all other terms and conditions remain in effect. The amendment requires contractors to submit documentation regarding asbestos disposal for payment and identifies key contact information for further clarifications. Overall, this amendment serves to update the solicitation while ensuring compliance with federal contracting protocols regarding hazardous materials management.
    The government document outlines an amendment to solicitation W9127N24R0044, extending the closing date for offers to August 14, 2025, and scheduling a second site visit on July 21, 2025. Key updates include a requirement for bidders to use AutoCAD instead of MicroStation, reflect changes to wage determinations, and specify terms for inquiries via ProjNet-Bid, a web-based question submission platform. All bid-related inquiries must be submitted online, with no telephone or email inquiries accepted. Additionally, a detailed site visit protocol is provided, requiring interested bidders to RSVP in advance, ensure compliance with safety and identification standards, and complete necessary training. The document emphasizes that viewing a supplementary video on SAM.gov is encouraged for those unable to attend the site visit. The overarching aim is to facilitate understanding of the project requirements and maintain equitable access to information for all offerors, ensuring compliance with federal procurement processes.
    The Dalles Lock and Dam Transformers T9 - T11 Repairs project involves repairing and testing transformers at the Dalles Lock and Dam, spanning Klickitat County, Washington, and Wasco County, Oregon. The U.S. Army Corps of Engineers is soliciting bids for this construction through a sealed bid process, primarily targeting small businesses, with a project budget ranging from $1 million to $5 million. The contractor is expected to mobilize equipment, perform repairs on three transformers, conduct testing, and manage the disposal of hazardous materials. Proposals should include a technical and price proposal, emphasizing work plans and past performance on similar projects. The evaluation will consider both non-price factors and price, awarding the contract based on the best value, with a strong emphasis on project relevance and company reputation. The solicitation outlines specific requirements for proposal submission, reporting mechanisms via the ProjNet-Bid platform, and relevant federal acquisition guidelines. The focus is on compliance, efficient execution, and overall safety in operations, encapsulating an essential infrastructure project vital for local energy management.
    The document outlines a solicitation for the repair of Transformers T9 to T11 at the Dalles Lock and Dam in Washington and Oregon, part of federal procurement efforts. The project has a construction cost between $1 million and $5 million and is set aside for small businesses. Proposals must encompass both technical and price components, with evaluations based on specific criteria, including a Work Plan and Past Performance. Notably, work must adhere to safety and compliance standards, including handling hazardous materials, like asbestos. The submission process is detailed, indicating that all inquiries need to utilize the ProjNet-Bid system. Aspects such as required performance bonds, wage determinations, and compliance with federal regulations are emphasized. Offerors must demonstrate their capability through comprehensive proposals that detail their approach, past performance, and pricing, prioritizing clarity and conciseness to ensure successful evaluation. This solicitation represents a critical opportunity for small businesses while addressing essential infrastructure repairs in federal projects.
    The General Decision Number OR20250079, effective July 11, 2025, sets prevailing wage rates for heavy construction projects in Wasco County, Oregon, under the Davis-Bacon Act. It outlines minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into on or after January 30, 2022, and between January 1, 2015, and January 29, 2022, respectively. The document details specific wage and fringe benefit rates for various crafts, including Carpenters, Electricians, Power Equipment Operators (with multiple groups and zone differentials), Ironworkers, Laborers, and Plumbers/Pipefitters. It also includes rates for classifications like Form Work Carpenter, Cement Mason, and various Operators and Truck Drivers. The document provides guidelines for appealing wage determinations and explains different rate identifiers (Union, Union Average, Survey, State Adopted). Additionally, it mentions Executive Order 13706, which mandates paid sick leave for federal contractors.
    The WA20250050 wage determination outlines prevailing wage rates and labor standards for heavy construction projects, including water and sewer line construction, in Klickitat County, Washington. It specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts. The document details hourly rates and fringe benefits for various occupations, including millwrights, electricians, power equipment operators (classified by equipment weight and type), ironworkers, laborers, painters, and cement masons. It also includes zone pay differentials for electricians, power equipment operators, laborers, and cement masons based on distance from specified base points. The document provides guidance on wage determination identifiers (Union, Union Average, Survey, State Adopted) and outlines the appeals process for wage determination matters through the Wage and Hour Division (WHD) and the Administrative Review Board. Additionally, it mentions Executive Order 13706 regarding paid sick leave for federal contractors.
    The WA20250050 wage determination outlines prevailing wage rates for heavy construction projects, including water and sewer line construction, in Klickitat County, Washington. It specifies minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for covered federal contracts, with annual adjustments. The document details wage and fringe benefit rates for various crafts like Millwrights, Electricians, Power Equipment Operators (with multiple classifications based on equipment size and type), Ironworkers, Laborers, Painters, and Cement Masons. It also includes zone pay differentials for Electricians and geographical zone differentials for Power Equipment Operators, Laborers, and Cement Masons, based on distance from specified city centers. Information on the wage determination appeals process and definitions of union, weighted union average, survey, and state-adopted rate identifiers is also provided.
    The document pertains to the General Decision Number OR20250079, which relates to wage determinations for heavy construction projects in Wasco County, Oregon. It outlines the minimum wage requirements dictated by the Davis-Bacon Act and associated Executive Orders, specifying rates based on contract dates. For contracts initiated on or after January 30, 2022, the minimum wage is set at $17.75 per hour; for contracts awarded between January 1, 2015, and January 29, 2022, the wage is $13.30 per hour unless otherwise specified. The document includes detailed wage classifications and rates for various job roles, such as electricians, carpenters, laborers, and operators, along with fringe benefits. Zone differentials are introduced for pay adjustments based on geographic location relative to metropolitan areas. It also outlines appeal processes for disputes regarding wage determinations and emphasizes the importance of compliance with labor standards. Overall, this comprehensive wage determination serves as a guideline for federal contractors to ensure they meet legal wage requirements for construction projects under federal jurisdiction, promoting fair labor practices in the construction industry.
    The government document outlines wage determinations for heavy construction projects in Klickitat County, Washington, specifically under the Davis-Bacon Act. It identifies minimum wage rates for various construction roles in 2025, influenced by Executive Orders 14026 and 13658, which mandate specific hourly pay rates based on contract initiation dates. The document lists classifications such as millwrights, electricians, and laborers, alongside their respective wage rates and fringe benefits, indicating a comprehensive breakdown of expected remuneration for covered workers. Additionally, it details zone pay adjustments based on proximity to major cities, delineating pay scales for projects located at varying distances. The document further includes provisions for paid sick leave as per Executive Order 13706. Information related to the appeals process for wage determinations is also provided, ensuring transparency and the opportunity for disputes to be addressed. This wage determination is essential for contractors and laborers involved in federally funded construction projects, promoting fair labor standards and compliance with federal regulations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    Island Creek Switchyard Transformer
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design, manufacture, delivery, reassembly, and testing of two JHK - Island Creek Switchyard Transformers, as part of a Women-Owned Small Business (WOSB) set-aside contract. This procurement aims to support the Roanoke River, Island Creek Pumping Plant by providing essential electrical equipment, including spare parts and documentation, with a focus on compliance with rigorous specifications and cybersecurity standards. The contract is structured as a Firm Fixed Price arrangement, with proposals due by February 9, 2026, and inquiries accepted until January 27, 2026. Interested parties should contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil for further details.
    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.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    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.
    Pre-solicitation Notice for Bonneville Spillway Gantry Crane Rehabilitation Project
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W071 Endist Portland office, is preparing to solicit bids for the Bonneville Spillway Gantry Crane Rehabilitation Project located in Cascade Locks, Oregon. This project involves the rehabilitation of a gantry crane, which is crucial for maintaining the operational efficiency and safety of the spillway facilities. The work falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is classified under PSC code Y1PZ for the construction of other non-building facilities. Interested contractors can reach out to Dana Western at dana.m.western@usace.army.mil for further details as the procurement process unfolds.
    McNary Dam Staff Gauges
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of custom-built staff gauges for the McNary Navigation Lock & Dam in Oregon. The procurement involves two sets of staff gauges, with specific dimensions ranging from 258 to 275 feet and 335 to 343 feet, constructed from 16-gauge enameling iron with a porcelain enamel finish, and must include detailed drawings with proposals. These gauges are critical for monitoring water levels and ensuring the operational efficiency of the dam, with a requirement for delivery within fifteen weeks of contract award. Interested contractors must submit their proposals via ProjNet by January 6, 2026, and can contact Callie Rietfors at callie.rietfors@usace.army.mil or 509-527-7280 for further information.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.
    Sam Rayburn Switchyard
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the Sam Rayburn Switchyard project located in Sam Rayburn, Texas. This opportunity involves a total turn-key contract focused on repairing and replacing structurally compromised transmission tower foundations, which includes the installation of an integral shoring system, concrete removal and replacement, pressure washing, sealing, and the replacement of bus support poles. The project is critical for maintaining the structural integrity of the switchyard, which plays a vital role in flood control and water supply in Southeast Texas. Interested firms, particularly small businesses including 8(a), HUBZone, SDVOSB, and WOSB, must submit their responses by November 20, 2025, at 2:00 PM CST, detailing their capabilities and relevant experience, with the estimated construction value being less than $1,000,000 and a projected duration of 365 days. For further inquiries, contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil.
    Industry Day - USACE Portland District
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is hosting an Industry Day on January 22, 2026, at their headquarters in downtown Portland, Oregon. This event aims to inform potential contractors about upcoming opportunities, including construction projects related to the White City VA Design-Build, John Day Dam Program, and various marine construction and metal fabrication contracts. Attendees will have the chance to engage with Contracting Officers, participate in discussion panels, and access resources for small businesses, with registration required to attend. For more information, interested parties can contact Jaren Bowman at Jaren.L.Bowman@usace.army.mil or Mitchell Johnson at mitchell.j.johnson@usace.army.mil.