Garrison Riverdale Feeder Relocation
ID: W9128F25R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Power and Communication Line and Related Structures Construction (237130)

PSC

MAINTENANCE OF EPG FACILITIES - OTHER, INCLUDING TRANSMISSION (Z1MZ)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Garrison Riverdale Feeder Relocation project in North Dakota, aimed at relocating utility infrastructure at Garrison Dam. This project involves the construction of new power poles, underground duct banks, and enhancements to electrical installations, with an estimated cost between $1,000,000 and $5,000,000, emphasizing the importance of safety, quality, and compliance with federal regulations. Interested small businesses must submit detailed proposals, including project management plans and evidence of relevant experience, by the deadline of February 11, 2025, with the project completion window set between April 16, 2025, and November 1, 2025. For further inquiries, contact Lynne D. Reed at lynne.d.reed@usace.army.mil or Nadine Catania at nadine.l.catania@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a government Request for Proposal (RFP) regarding the Riverdale Feeder Relocation project at Garrison Dam, North Dakota. Managed by the U.S. Army Corps of Engineers, the project focuses on relocating existing feeder lines, installing new power poles, and establishing underground duct banks for efficient electrical distribution. Key aspects include adherence to federal construction standards, plans for underground and overhead installations, and careful coordination concerning existing utilities such as water and fiber optic lines. Additionally, the document specifies details regarding construction methods, materials required, safety measures, and the sequencing of tasks to mitigate disruptions during installation. Included engineering drawings depict site layouts, detailing the precise locations for electrical components and necessary specifications to ensure compliance with safety regulations. The RFP reflects the U.S. Government’s commitment to infrastructure improvement and compliance with environmental and safety standards. The overall objective is to enhance electrical infrastructure reliability at the Garrison Dam, ensuring continued operational efficiency while maintaining safety and environmental integrity throughout the construction process.
    The Garrison Riverdale Feeder Relocation project (Project GR00109), initiated by the U.S. Army Corps of Engineers, aims to solicit proposals from small businesses for construction work involving the relocation of utility infrastructure at Garrison Dam, North Dakota. The estimated cost ranges from $1,000,000 to $5,000,000, with a focus on enhancing electrical installations, earthwork, and support facilities for a successful transition. Contractors must adhere to detailed submission requirements, including a project management plan and evidence of prior relevant experience through submitted project narratives. Proposals will be evaluated based on past performance, technical approach, and personnel qualifications. A comprehensive evaluation process will determine the best offer based on the outlined factors, ensuring compliance with federal, state, and local regulations. Deadline for sealed bids is set for 11 February 2025, requiring all submissions to include necessary bonding and financial information. The project underscores the government's commitment to utilizing small businesses while emphasizing rigorous adherence to safety and quality standards in executing the project effectively.
    The document outlines the specifications for the Riverdale Feeder Relocation construction project at Garrison Dam, ND, managed by the US Army Corps of Engineers. It covers general requirements, payment measures, and administrative specifics for the project. The contractor is required to adhere to strict provisions regarding the protection of existing facilities, rights-of-way, and environmental safeguards. Key sections include construction schedules, quality controls, safety protocols, and coordination with other contractors and utility services. The document provides detailed payment structures for various contract line item numbers (CLINs), including labor, materials, system testing, and as-built drawings. Additionally, it emphasizes compliance with federal regulations, including wage determinations and cybersecurity measures during construction. The completion window is specified between April 16, 2025, and November 1, 2025, with special attention to adverse weather impacts and potential delays. This solicitation aims to ensure a comprehensive framework that promotes efficiency, safety, and regulatory adherence throughout the construction process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    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 set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, aims to restore the ecosystem along the Missouri River through various construction activities, including riparian planting, gravel path construction, and the installation of stone revetments and dikes. The estimated contract value ranges between $10 million and $25 million, with bids due by December 17, 2025, at 2:00 PM Central Time. Interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email and ensure compliance with all specified requirements, including a mandatory site visit scheduled for November 24, 2025.
    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, must submit their responses detailing their capabilities, business size, and bonding capacity by 2:00 PM CST on January 9, 2026, with an estimated construction budget of 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.
    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.
    FTG267 R and C 80KVA UPS Replacement
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the replacement of two 80 KVA Uninterruptable Power Systems (UPSs) with two distributed redundant 75 KVA UPSs at the Readiness and Control building on the Missile Defense Complex located at Fort Greely, Alaska. This project is critical for ensuring reliable power supply and operational readiness within the facility. The solicitation is set aside for small businesses, and interested parties must acknowledge receipt of the amendment to the original solicitation to ensure their proposals are considered. For further details, including the solicitation and amendments, interested vendors should contact Brittney Morrison at brittney.morrison@usace.army.mil or Michelle Nelsen at michelle.nelsen@usace.army.mil, with the proposal due date remaining unchanged as per the latest amendment issued on December 12, 2025.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, North Dakota. This large-scale construction project, with an estimated cost between $100 million and $250 million, aims to establish a consolidated facility that includes various operational spaces and infrastructure necessary for security forces operations. The use of PLAs is intended to promote efficiency and stability in labor relations for such significant federal projects, as mandated by Executive Order 14063. Interested parties are required to submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages and include relevant contact 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.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. This large-scale construction project is estimated to have a magnitude between $100 million and $250 million and will involve the design-bid-build delivery method, requiring contractors to provide a complete facility that meets specific Department of Defense standards. The project includes the construction of two buildings, extensive utility work, and compliance with cybersecurity requirements, emphasizing the importance of labor-management stability and efficiency in federal procurement. Interested parties must submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages.