Ice Harbor Dam Navigation Lock Upstream Tainter Gate
ID: W912EF26BA001Type: Special Notice
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 announcing the results of the bid opening for the Ice Harbor Dam Navigation Lock Upstream Tainter Gate project, which took place on December 15, 2025. This procurement involves the fabrication and installation of structural metal components, specifically focusing on the upstream tainter gate at the Ice Harbor Dam, a critical infrastructure element for navigation and water management. Four companies submitted proposals, including Xenturis LLC, White Whale Co., AMS Industrial LLC, and Knight Construction, with all offers conforming to the specified delivery timelines. For further inquiries, interested parties 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, "Summary of changes for Amend -0002 Ice Harbor Navlock Upstream Tainter Gate - SUPPLY W912EF26BA001," details revisions made to a federal government Request for Proposal (RFP) concerning the supply for the Ice Harbor Navlock Upstream Tainter Gate. The main purpose of this amendment is to update specific technical specifications and drawings related to the project. Key changes include revisions to Section 01 35 29.10 28, "GOVERNMENTAL SAFETY REQUIREMENTS," specifically modifying Paragraph 1.10.1, "Safe Clearance Training." Additionally, Section 01 45 01.00 28, "RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE (RMS CM)," was updated with the inclusion of Paragraph 1.7.2.2.1, "End of Fiscal Year Payment Schedule." Furthermore, the amendment specifies revisions to several drawings, namely SHEET S-301, SHEET S-502, SHEET S-506, and SHEET S-507. These updates are crucial for contractors bidding on the RFP, ensuring they have the most current information regarding safety protocols, payment schedules, and structural plans for the project.
    Amendment -0003 for the Ice Harbor Navlock Upstream Tainter Gate - SUPPLY (W912EF26BA001) details revisions to the project's specifications and drawings. Key changes include updates to Paragraph 1.9 of SECTION 01 11 01.00 28, "NAVIGATION LOCK TAINTER GATE DELIVERY REQUIREMENTS," specifically item a. SECTION 01 45 04.00 28, "CONTRACTOR QUALITY CONTROL," sees a revision to Paragraph 3.4.2, "CQC System Manager." Additionally, SECTION 35 20 16.44 28, "TAINTER GATE FABRICATION, DELIVERY AND STORAGE," has an updated Paragraph 3.6, "FENCING," item a. Two drawings, S-001 and S-504, have also been revised, with specific changes indicated in clouded areas. This amendment serves to update critical aspects of the project's requirements and plans.
    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.
    The "Ice Harbor Navlock Upstream Tainter Gate - SUPPLY" document outlines comprehensive governmental safety requirements for federal government projects, specifically focusing on the supply and installation of the Tainter Gate. The document details references to national safety standards (ANSI/ASSP, ASME, ISEA, NFPA) and USACE regulations (EM 385-1-1, NWWP 385-1-20), emphasizing stringent compliance. Key aspects include definitions of safety-related terms, required submittals like the Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA), and personnel qualifications for roles such as Site Safety and Health Officers (SSHO) and Competent Persons (CP). The document also covers detailed procedures for Lockout/Tagout (LOTO), accident reporting, emergency medical treatment, hot work, and severe storm plans. Specific sections address fall protection, work platforms like scaffolding and aerial work platforms, and hazardous material exclusions, ensuring a robust safety framework for all on-site contractor work.
    This government RFP, Amendment 0003 for "Ice Harbor Navlock Upstream Tainter Gate - SUPPLY," outlines the fabrication, delivery, and storage requirements for a navigation lock tainter gate. Key aspects include detailed general requirements for project schedules, site restrictions, safety, quality control, and environmental protection. Specific sections cover submittal procedures, advanced modeling, governmental safety, and project closeout. The document also specifies requirements for metrology, fabrication of hydraulic steel structures, painting, and the tainter gate's fabrication, delivery, and storage. Emphasized are comprehensive quality control plans, personnel qualifications, adherence to various meetings (post-award, pre-metrology, pre-painting, pre-delivery, RMS orientation, weekly production), and strict documentation protocols. Delivery of the tainter gate is set for no sooner than June 14, 2027, with all work completed by July 15, 2027. The project requires thorough field verification of site conditions and adherence to specific delivery and storage instructions.
    This government file outlines the
    The document provides detailed engineering drawings and specifications for the Upstream Tainter Gate Supply for the Navigation Lock at the Ice Harbor Lock and Dam on the Snake River, covering Oregon, Washington, and Idaho. This federal government solicitation (W912EF26BA001), issued by the U.S. Army Corps of Engineers, Walla Walla District, focuses on weldments, gate sections, gate rib details, and comprehensive seal installation for both lower gate and sill block, as well as gate side seals. Key components include trunnion hubs, girder plates, reinforcing rings, various ribs (upper vertical, intermediate, lower vertical), and holding anchor brackets. The document specifies weld types (fillet and CJP), material thicknesses (e.g., 1" and 1/2" plates), and general notes regarding welding procedures and testing. It also details the design and installation of bottom and side seals, including bulb seals, flap seals, keeper plates, carriers, and associated hardware like bolts, nuts, and washers. Dimensions, scales, and component relationships are provided through various sections, elevations, and isometric views, ensuring precise fabrication and assembly by November 2025. All seals, seal keepers, and hardware are Not Included in Contract (N.I.C.), but holes for mounting are part of the contract.
    This government file details the "UPSTREAM TAINTER GATE SUPPLY" project for the Navigation Lock on the Snake River, Oregon, Washington, and Idaho, specifically at the Ice Harbor Lock and Dam, under solicitation number W912EF26BA001. Issued by the U.S. Army Corps of Engineers, Walla Walla District, the document outlines structural general notes, design codes, and detailed specifications for the fabrication and assembly of a tainter gate. Key aspects include strict tolerances, welding requirements per AWS D1.5, material specifications (ASTM A709 F-2 Grade 50 for structural steel and ASTM A668 Class D, Supplement S4 for trunnion hubs), and painting with Vinyl System 5-E-Z. The structural steel fabricator must be AISC Quality Certified with fracture control endorsement. The file also includes detailed drawings and dimensions for the trunnion hub assembly, emphasizing precise alignment and welding for water tightness and structural integrity. The overall purpose is to provide comprehensive engineering and fabrication guidelines for the upstream tainter gate supply.
    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.
    This document, Amendment of Solicitation/Modification of Contract number W912EF26BA0010002, issued by the US ARMY ENGINEER DISTRICT WALLA WALLA on December 5, 2025, serves to update the Technical Specifications (Attachment 1) and Plans (Attachment 2) for a federal government project. Specifically, sections 01 35 29.10 28 GOVERNMENTAL SAFETY REQUIREMENTS and 01 45 01.00 28 RESIDENT MANAGEMENT SYSTEM CONTRACTOR MODE (RMS CM) of the Technical Specifications have been revised. Additionally, drawings SHEET S-301, SHEET S-502, SHEET S-506, and SHEET S-507 in the Plans have been updated. The amendment also details changes to the list of attachments, adding new documents such as "ATTACHMENT 1 - TECHNICAL SPECIFICATIONS_AMENDMENT 0002," "ATTACHMENT 2 - PLANS_AMENDMENT 0002," and "Amendment 0002_Summary of Changes," along with updated page counts for these new attachments. All other terms and conditions of the original document remain unchanged. This modification is crucial for bidders to ensure their offers reflect the latest technical and safety requirements.
    This document, Amendment 0003 to Solicitation W912EF26BA001, updates the bid due date for a federal government Request for Proposal (RFP) for the fabrication and delivery of a Navigation Lock Upstream Tainter Gate. The bid due date is extended from December 12, 2025, to December 15, 2025, with a new response due time of 10:00 AM PST. The amendment also includes revised Technical Specifications and Plans, adds new attachments, and modifies instructions for offerors regarding SAM.gov registration, bid submission, and inquiry procedures. Key requirements include firm-fixed-price bids, compliance with quality standards, and submission of a small business subcontracting plan for large businesses. A telephonic bid opening will be held on December 15, 2025, at 11:00 AM PST.
    This document presents a list of companies, likely bidders for a government contract, along with their identifying information and proposed costs for three Contract Line Item Numbers (CLINs) and a total price. The companies listed are Xenturis LLC, White Whale Company, American Mine Services LLC, and Knight Construction & Supply, Inc. Each company's Unique Entity Identifier (UEI), NAICS code (332312), and size standard (Small) are provided. The document details the individual prices for CLIN 0001, CLIN 0002, and CLIN 0003, culminating in a total proposed price for each entity. This file appears to be a section of a government Request for Proposal (RFP) or a similar procurement document, showcasing the financial proposals from various small businesses for a specific project.
    This government file, an "Abstract of Offers" (Standard Form 1409, Rev. 10/2023), details responses to Solicitation Number W912EF26BA001, issued by USAED, Walla Walla - Contracting Div. for the "Ice Harbor Dam Navigation Lock Upstream Tainter Gate" project. The opening date for offers was December 15, 2025. Four offerors submitted proposals: Xenturis LLC, White Whale Co., AMS Industrial LLC, and Knight Construction. The abstract lists their business size, UEI numbers, and proposed prices for three items (0001 Job, 0002 Set, and 0003 Job). All offers conform to the specified delivery time. The document is certified by Mary Seiner, Contract Specialist, with a digital signature dated December 16, 2025.
    Similar Opportunities
    MNA Draft Tube Slot Fillers
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking bids for the procurement of MNA Draft Tube Slot Fillers. This opportunity involves the submission of offers for various contract line item numbers (CLINs) related to the fabrication of structural metal components, which are essential for the operation and maintenance of the McNary Dam. The bid opening took place on December 11, 2025, with several companies, including Northern Flowers and Transco Industries, submitting proposals that detail pricing and compliance with the solicitation requirements. Interested parties can reach out to Kristin Hyde at kristin.a.hernandez@usace.army.mil or Brooke Moore at brooke.n.moore@usace.army.mil for further information regarding the bidding process and requirements.
    McNary Lock and Dam Elevator Maintenance Services
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Walla Walla District, is seeking contractors for the McNary Lock and Dam Elevator Maintenance Services. This procurement involves a hybrid service contract that includes both Firm-Fixed-Price (FFP) and Time and Materials (T&M) components, aimed at ensuring the operational efficiency and safety of the elevator systems at the dam. The services are critical for maintaining the infrastructure that supports navigation and flood control in the region. Interested contractors must be registered in the System for Award Management (SAM) prior to award, and further details will be available in the upcoming solicitation on sam.gov. For inquiries, contact Victoria Conway at victoria.l.conway@usace.army.mil or call 509-527-7449.
    Pike Island Locks and Dam Bulkhead Slot Coring and Wiresawing
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for a project involving Bulkhead Slot Coring and Wiresawing at Pike Island Locks and Dam, located in Wheeling, West Virginia. The project requires contractors to furnish all necessary equipment, labor, and supervision to prepare the site for future installation of downstream bulkhead recesses, which includes coring and wiresawing concrete in both the main and auxiliary lock chambers. This work is critical for the maintenance and repair of the dam infrastructure, ensuring its operational integrity and safety. Interested small businesses must submit their bids electronically by 11:00 AM ET on January 13, 2026, and all inquiries should be directed through ProjNet by December 24, 2025. For further information, potential bidders can contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project involves dredging 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 maintenance is crucial for ensuring safe navigation in an area known for its significant hazards, including 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 anticipated to begin in summer 2026. For further details, including submission instructions, bidders can contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    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.
    Fabrication and Delivery of Coffeeville Lock Lower Miter Gates and Spare Parts, Black Warrior-Tombigbee (BWT) Project Office, Tuscaloosa, AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Mobile office, is soliciting bids for the fabrication and delivery of lower miter gates and spare parts for the Coffeeville Lock as part of 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., along with the removal of the old gates. This procurement is critical for maintaining the functionality of the lock system, and it is set aside exclusively for small businesses under the NAICS code 332312, which includes firms with 500 or fewer employees. Interested parties should download the solicitation from the designated website, as it will not be available in printed format, and are encouraged to check for updates regularly. For further inquiries, contact Sophia Chin at sophia.m.chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Dept Of Defense
    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.
    Notice of Intent to Sole Source - Unloader Valve Assemblies
    Dept Of Defense
    The U.S. Army Corps of Engineers, Walla Walla District, intends to award a sole-source contract to Emerson Process Management Power & Water Solutions, Inc. for the procurement of Governor Oil Pump Unloader Valve Assemblies necessary for the Lower Monumental Lock and Dam. This procurement aims to replace outdated mechanical unloader valve assemblies on existing Pelton C310 and C90 governor oil pumps, ensuring compatibility with the current infrastructure and maintaining operational reliability. The components are critical for the functionality of the power generation system, as the existing units are over 55 years old and nearing the end of their service life, with alternatives deemed impractical due to high costs and extended timelines. Interested parties may express their interest and capability in writing to Callie Rietfors at callie.rietfors@usace.army.mil by 10:00 AM PST on January 12, 2026, as this notice does not constitute a formal solicitation.
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Dept Of Defense
    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.
    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 soliciting proposals 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 electrical performance, construction materials, and testing requirements outlined in the solicitation documents. These transformers are critical for maintaining the operational efficiency and reliability of hydroelectric power generation at the facility. Proposals are due by March 12, 2026, and interested parties 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.