Ice Harbor Dam Navigation Lock Upstream Tainter Gate
ID: W912EF26BA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYUS ARMY ENGINEER DISTRICT WALLA WALWALLA WALLA, WA, 99362-1876, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

FENCING, FENCES, GATES AND COMPONENTS (5660)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication, delivery, and storage of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock in Burbank, Washington. This procurement involves the supply of materials and services necessary for the construction of the tainter gate, including compliance with specific quality control standards and certifications, as well as adherence to detailed technical specifications outlined in the solicitation documents. The project is critical for maintaining the functionality of the navigation lock, which plays a vital role in water management and transportation on the Snake River. Interested contractors must submit their bids by 2 PM PST on December 12, 2025, with a bid opening scheduled for December 15, 2025. For further inquiries, potential bidders can contact Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.

    Files
    Title
    Posted
    This document, "Summary of changes for Amend -0001 Ice Harbor Navlock Upstream Tainter Gate - SUPPLY W912EF26BA001," outlines revisions to the specifications for a federal government Request for Proposal (RFP) related to the supply of materials for the Ice Harbor Navlock Upstream Tainter Gate. The amendments specifically update sections concerning Supplementary Requirements (01 11 01.00 28), Contractor Quality Control (01 45 04.00 28), and Painting: Hydraulic Structures (09 97 02.00 28). Key changes include revised paragraphs related to the Project Superintendent and Post-Award Conference, updates to the CQC System Manager and Initial/Additional Preparatory and Initial Phases, and modifications regarding the Qualified Shop Painting Contractor and Certification Test Procedure.
    The document outlines supplementary requirements, quality control, and painting specifications for the Ice Harbor Navlock Upstream Tainter Gate - SUPPLY project (W912EF26BA001). Key aspects include detailed requirements for contract commencement, field verification of site conditions, and precise delivery instructions for the tainter gate between June 14, 2027, and July 15, 2027. It mandates a comprehensive Contractor Quality Control (CQC) plan, including personnel qualifications, a three-phase control system (preparatory, initial, and follow-up), and extensive documentation and testing procedures. Various post-award meetings are required, covering CAD coordination, metrology, prefabrication, pre-painting, pre-delivery, and RMS orientation. The document also specifies detailed painting requirements for hydraulic structures, including qualifications for painting contractors and applicators, special paint formulas, and application/inspection protocols. Weekly production meetings with progress photos and meeting minutes are also mandatory.
    This government file outlines the
    The document outlines the design and fabrication specifications for an Upstream Tainter Gate for the Navigation Lock at Ice Harbor Lock and Dam on the Snake River, spanning Oregon, Washington, and Idaho (Solicitation No. W912EF26BA001, dated November 2025). This project, managed by the Walla Walla District of the U.S. Army Corps of Engineers, details the structural components, welding requirements, and dimensional tolerances for the gate. Key aspects include material specifications (ASTM A709 F-2 Grade 50 steel for the gate and ASTM A668 Class D for trunnion hubs), welding standards (AWS D1.5), and quality certifications for fabricators (AISC). The file provides detailed plans for the gate's assembly, including diaphragm, rib, girder, and trunnion hub details, along with site plans and general notes regarding contractor operations and safety at the Ice Harbor Lock and Dam project. The gate itself will not be installed under this contract, but its design and fabrication are crucial for future installation.
    The provided government file, likely part of an RFP or grant application, details engineering plans for a navigation lock and associated tainter gates. The file is structured into several sections, primarily focusing on the masonry plan of the navigation lock itself, specifically Monoliths 5 and 6, and the intricate details of the tainter gates. Key documents include plans and sections for Monoliths 5 and 6, their elevations and details, and specific designs for the tainter gate recess. Furthermore, the file extensively covers the tainter gates, outlining sectional plans, elevations, side seals, bottom seals, truss designs, skin plate and truss bracing details, trunnion details, heating and holding anchor details, and extension plates for the tainter valve side seal. This comprehensive documentation indicates a project requiring precise construction and installation of these critical water control structures.
    An organized site visit for the Ice Harbor Lock and Dam is scheduled for Thursday, November 13, 2025, at 11:00 AM, located at 2339 Monument Drive, Burbank, WA 99323. Offerors are required to inspect the site to understand conditions affecting contract performance. Attendees must meet on the North side of the dam and can park on the North earth embankment outside the entrance gate. Those planning to attend must RSVP by 1:00 PM on Wednesday, November 12, 2025, to Mary.L.Seiner@usace.army.mil or by calling (509) 527-7228. The RSVP must include the company name and cage code, the number of attendees, and each person's name. All attendees must have photo identification, and no substitutions are allowed. Failure to RSVP or present identification may result in denied access. Participants must comply with the U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1), including wearing required personal protective equipment. No foreign nationals will be allowed to attend due to time constraints for security clearance.
    The U.S. Army Corps of Engineers (USACE), Walla Walla District, is issuing a brand name justification for proprietary ingredients within a vinyl paint system for the Ice Harbor Dam Upstream Tainter Gate Fabrication project. This action is a new firm-fixed-price contract for non-commercial supplies. The vinyl paint system, specified in UFGS 09 97 02, contains brand name ingredients from Kronos, Elementis Specialties, Wacker Chemie AG, Momentive Performance Materials Inc., and Dow Corning Corporation, which have been tested and approved by USACE Construction Engineering Research Laboratory (CERL) for underwater steel structures. These specific ingredients are deemed essential due to decades of performance testing, indicating that alternatives would result in an inferior protective coating. The justification cites FAR 6.302-1 and 10 U.S.C. 3204(a)(1) as authority, emphasizing that no other supplies will satisfy USACE requirements, as alternative coatings offer reduced performance and shorter service lives, leading to increased long-term maintenance costs. Efforts to obtain competition, including a Request for Information, have not yielded suitable alternatives. While the overall paint system can be procured from multiple manufacturers, the proprietary nature of key ingredients necessitates this brand name approach to ensure the required 30+ year lifespan of the protective coating.
    This government solicitation, W912EF26BA001, issued by the US Army Engineer District Walla Walla, is a sealed bid Invitation for Bid (IFB) for the fabrication, metrology, delivery, off-loading, storage, and fencing of an Upstream Tainter Gate and Storage Cradles for the Ice Harbor Dam Navigation Lock. The solicitation was issued on November 7, 2025, with offers due by December 9, 2025, at 11:00 AM local time. Key requirements include contractor certifications under AISC for fabrication (IBR, ABR, or HYDA with Fracture Control Endorsement) and AMPP QP3 accreditation or AISC CCE-1 endorsement for painting. The period of performance for metrology is March 21-25, 2026, and for delivery, off-loading, storage, and fencing, May 3 to July 15, 2027. Fabrication of the Tainter Gate and Storage Cradles has a delivery deadline of July 15, 2027. All inspections and acceptances will occur at the Ice Harbor Lock and Dam in Burbank, WA. The contract includes various FAR and DFARS clauses, notably those concerning Federal Acquisition Supply Chain Security Act Orders, progress payments, and a one-year warranty on supplies of a complex nature. Small business preferences, including for HUBZone concerns, are also detailed.
    This amendment to Solicitation Number W912EF26BA001, issued by the US Army Engineer District Walla Walla, updates language in the Instructions to Offerors (Section L), FAR clause 52.246-11 (Section E), and Technical Specifications for a Navigation Lock Upstream Tainter Gate. Key changes include extending the bid due date from December 9, 2025, to December 12, 2025, and updating the bid opening to December 15, 2025. The amendment details requirements for contractor certifications (AISC and AMPP) for quality control, outlines electronic bid submission instructions, and specifies conditions for payment and performance bonds. It also clarifies tax exemptions for foreign contractors and the process for bidder inquiries via ProjNet.
    Similar Opportunities
    MNA Turbine Draft Tube Slot Fillers
    Buyer not available
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication and delivery of turbine draft tube slot fillers and dogging beams for the McNary Powerhouse project in Oregon. This procurement involves the production of twelve structural steel turbine draft tube slot fillers and eight dogging beams, with specific delivery schedules and stringent quality control measures outlined in the technical specifications. The project is critical for maintaining the operational integrity of the McNary Lock and Dam, emphasizing safety and compliance with federal standards throughout the fabrication and delivery process. Interested contractors must submit their bids electronically by December 8, 2025, at 12:00 PM Pacific Time, and can direct inquiries to Kristin Hyde at kristin.a.hernandez@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil.
    Fabrication and Delivery of Coffeeville Lock Lower Miter Gates and Spare Parts, Black Warrior-Tombigbee (BWT) Project Office, Tuscaloosa, AL
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the fabrication and delivery of lower miter gates and spare parts for the Black Warrior-Tombigbee Project Office in Tuscaloosa, AL. The contractor will be responsible for providing all necessary supervision, labor, materials, and equipment to fabricate, paint, and deliver two miter gates, each approximately 55 feet tall and 62 feet wide, weighing around 445,000 lbs., to the Coffeeville Lock, while also managing the removal of the old gates. This procurement is crucial for maintaining the operational integrity of the lock system and is set aside exclusively for small businesses under NAICS code 332312, with a size standard of 500 employees or fewer. Interested parties should note that the solicitation package will be available for download on or about December 10, 2025, and can be accessed at https://piee.eb.mil; for further inquiries, contact Sophia Chin at sophia.m.chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    MNA Vertical Pump Storage Platform
    Buyer not available
    The Department of Defense, through the US Army Corps of Engineers, Walla Walla District, is seeking sources for the fabrication and delivery of a Navigation Lock Unwatering Pump Platform for the McNary Lock and Dam in Umatilla, Oregon. The project requires the fabrication of structural steel components, including columns, beams, guardrails, gates, and fall protection anchors, all of which must meet specific tolerances and standards, including hot-dipped galvanization and compliance with AWS D1.1/D1.1M standards. This sources sought notice aims to identify capable small businesses that can fulfill these requirements, with interested firms required to submit their business size, past project experience, and other relevant details to the primary contact, Kristin Kreutzer, at kristin.n.kreutzer@usace.army.mil. This opportunity is not a solicitation but a preliminary step to gauge interest and capability, with no commitment from the government to procure supplies at this stage.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting bids for the Mount Saint Helens Sediment Retention Structure Crest Raise project, located on the North Fork Toutle River in Cowlitz County, Washington. The project aims to enhance sediment retention capabilities by constructing a crest raise of 5 feet, with an optional additional 5-foot raise, involving tasks such as mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete (RCC). This initiative is critical for managing sediment flow and maintaining river integrity, with a contract value estimated between $25 million and $100 million. Interested contractors must submit their bids electronically by December 19, 2025, and are required to attend a mandatory site visit on December 1, 2025, with prior registration. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Nicole Adams at Nicole.A.Adams@usace.army.mil.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft Lock for Lock and Dam 25, located in Winfield, Missouri. This project is part of the Navigation and Ecosystem Sustainability Program (NESP) and aims to enhance navigation and ecological sustainability along the river system. The procurement process includes a series of amendments and opportunities for industry engagement, including an Industry Day and one-on-one interviews, with key deadlines for registration and responses set for June 2024. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil for further details and to access the necessary documents.
    Draft Tube Bulkhead Seal Replacement, Ft Randall Dam, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of draft tube bulkhead seals at Fort Randall Dam in Pickstown, South Dakota. The project involves supplying new rubber seal assemblies, side retaining bars, leaf springs, and other ancillary materials for eight existing bulkheads that are experiencing wear and leakage. This procurement is critical for maintaining the operational integrity of the dam, ensuring effective sealing performance to prevent water leakage. Proposals are due by December 9, 2025, and interested small businesses must contact Brandie Murphy at Brandie.L.Murphy@usace.army.mil for further details. The contract is subject to strict quality control and compliance with federal standards, with a completion timeline of 190 calendar days post-award.
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of the intake gate at Unit 3 of the Table Rock Powerhouse located in Taney County, Missouri. This project involves construction services with a magnitude estimated between $1,000,000 and $5,000,000, specifically targeting small businesses as it is a total small business set-aside under the SBA guidelines. The intake gate is a critical component of the powerhouse's operations, ensuring efficient water management and power generation. Interested contractors should note that a site visit is scheduled for November 4, 2025, at 10:00 AM CST, and inquiries can be submitted through the designated RFI platform until November 11, 2025. For further information, potential bidders can contact Shelby Henson at Shelby.m.henson@usace.army.mil or by phone at 501-340-1249.
    Lake Traverse Bil Gate Repairs and Modernization
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is a total small business set-aside opportunity. This procurement involves repairs and modernization efforts related to dam infrastructure, categorized under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested bidders must submit their proposals electronically via the Solicitation Module of the PIEE suite, with specific instructions provided for vendor registration and bid submission. For further inquiries, potential bidders can contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.