LLA/LGA Fall Protection Trilateration Surveys
ID: W912EF25Q0039Type: Sources Sought
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

SUPPORT- PROFESSIONAL: OTHER (R499)

Set Aside

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

    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for Fall Protection Trilateration Surveys at Lower Granite Dam and Little Goose Dam in Washington. The contractor will be responsible for providing fall protection systems and certified personnel to ensure safe access to hazardous locations and monitor dam deformation, with work scheduled over two consecutive days in May 2025. This procurement is crucial for maintaining safety and compliance in operations at the dams, which are vital infrastructure components. Interested small businesses must submit their proposals by 5 PM PST on May 30, 2025, and can contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or by phone at 509-527-7010 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The contract pertains to fall protection and accident prevention during surveying activities at Little Goose and Lower Granite Dams in Washington. The primary objective is to ensure dam deformation monitoring through on-site surveys at hazardous locations, necessitating a specialized fall protection system, including equipment and trained personnel. Contractors must provide fall protection gear, certified personnel, and adhere to safety training and documentation requirements, including Safe Clearance Training, Activity Hazard Analysis, and an Accident Prevention Plan. Work will occur over two consecutive days in May 2025, with strict scheduling and coordination with government representatives. Contractors must manage security measures, comply with access control procedures, and ensure personnel are vetted for employment eligibility. The emphasis is on safety, compliance, and effective risk management during the surveying operations to support the integrity of critical infrastructure.
    The document is an amendment to a solicitation, specifically extending the closing date for submissions from May 16, 2025, to May 20, 2025, at 12 PM. It confirms that all terms and conditions of the original solicitation remain unchanged, maintaining their validity and enforceability. The document outlines methods for bidders to acknowledge receipt of the amendment, emphasizing the necessity of timely submission to avoid rejection. It includes details such as the Contract ID Code, contracting officer's information, and relevant authority references guiding the amendment process. The extension aims to ensure that all interested parties have adequate time to prepare and submit their offers for the upcoming procurement opportunity orchestrated by the USAED, Walla Walla contracting division. Overall, this amendment serves as an administrative adjustment within the scope of federal contracting practices, reflecting proper protocol in managing solicitation timelines.
    This document is an amendment to a solicitation issued by the United States Army Corps of Engineers, modifying the closing date and performance date for proposals. Specifically, the solicitation closing date has been extended from May 20, 2025, to May 30, 2025, at 12 pm, while the performance date is changed from May 30, 2025, to July 15, 2025. It provides instructions for contractors to acknowledge receipt of this amendment, detailing potential methods of communication such as returning copies or confirming receipt within submitted offers. Additionally, the amendment modifies delivery schedules for two items under specific Contract Line Item Numbers (CLIN). Delivery for both the Little Goose and Lower Granite projects has shifted to July 15, 2025, to maintain consistency with the updated performance date. The document emphasizes the necessity of adhering to amendment procedures and the importance of timely acknowledgment from contractors to avoid rejection of their offers. This amendment illustrates the dynamic nature of federal contracting processes, showcasing how timelines and goals can adapt to enable better project execution and management.
    This document serves as an amendment to a solicitation, specifically extending the closing date for submissions related to solicitation number W912EF25Q0039. Originally set for May 30, 2025, at noon PST, the new deadline is now May 30, 2025, at 5 PM PST. The amendment confirms that all other terms and conditions of the solicitation remain unchanged and in full effect. Offerors are reminded to acknowledge receipt of this amendment prior to the new deadline, either by returning an amended offer or via separate communication that references the solicitation and amendment numbers. The document is issued by the USAED, Walla Walla – Contracting Division and emphasizes that failure to acknowledge receipt by the specified time may result in the rejection of an offer. This amendment aligns with the standard practices outlined in federal contracting regulations, ensuring organizations can adjust submissions accordingly and maintain compliance with the solicitation's requirements.
    The document outlines a Request for Quote (RFQ) for Fall Protection Trilateration services by the U.S. Army Corps of Engineers, specifically for operations at Lower Granite Dam and Little Goose Dam. Proposals are due by 12:00 PM on May 16, 2025. The contractor is required to provide fall protection systems and certified personnel for hazardous location access and dam deformation monitoring. The submissions must include key forms, training certifications, and equipment documentation. The work will occur over two consecutive days in May 2025, with strict compliance to safety and security protocols. Notably, the contractor must ensure that personnel undergo required training and security clearance. The evaluation for awarding the contract will prioritize offers that present the best value. The solicitations stipulate specific qualifications for small and disadvantaged business representations, emphasizing the involvement of service-disabled veteran-owned and women-owned businesses. Overall, the RFQ serves to ensure safe and compliant operations while enhancing structural monitoring of the dams under the Corps' jurisdiction.
    Lifecycle
    Similar Opportunities
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Dept Of Defense
    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 located in Burbank, Washington. This procurement requires compliance with stringent technical specifications, including material standards, welding requirements, and quality control measures, as outlined in the updated solicitation documents. The Tainter Gate is a critical component for water control structures, ensuring the operational integrity of the navigation lock on the Snake River. Interested contractors must submit their bids by December 15, 2025, at 10:00 AM PST, and can direct inquiries to Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    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.
    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.
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Dept Of Defense
    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.
    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.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    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.