TOWN OF COULEE DAM UNDERGROUND FEEDERS
ID: 140R1025R0008Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONPACIFIC NW REGION PN 6615BOISE, ID, 83706, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the "Town of Coulee Dam Underground Feeders 1, 3, and 4 Replacement" project, a total small business set-aside with an estimated cost between $5,000,000 and $10,000,000. The project involves replacing three existing underground electrical feeders, including the installation of new conduits, vaults, and reclosers, along with necessary rock excavation, asphalt restoration, and electrical work. This infrastructure upgrade is crucial for modernizing the electrical distribution network in the Town of Coulee Dam, ensuring operational continuity while minimizing power outages. Interested contractors must submit their proposals by October 24, 2025, and the performance period is set from May 15, 2026, to December 19, 2026. For further inquiries, contact Syndy Garcia at sfgarcia@usbr.gov or by phone at 208-378-6553.

    Point(s) of Contact
    Files
    Title
    Posted
    The Bureau of Reclamation's Columbia-Cascades Area Office is seeking construction services for the replacement of three underground electrical feeders in the Town of Coulee Dam, Washington. This project involves approximately 16,700 linear feet of new feeders to be installed from an existing substation to the riser poles, incorporating both new and existing conduits and vaults. Additional work entails installing reclosers on existing or new pole assemblies, electrical splicing, and necessary surface restoration, including the demolition of old feeders and coating of poles with fire protective paint. This procurement is classified under NAICS code 237990, with a project cost estimate ranging from $5 million to $10 million, and is designated as a total small business set-aside, inviting proposals from qualified small businesses. The solicitation document will be available electronically in approximately 15 days, with a closing date expected 30 days after issuance. Potential bidders must register on SAM.gov to participate. Key contacts for this project are USBR Contract Specialist Drew McGuire and Contracting Officer Syndy Garcia, available via email for inquiries related to the proposal process.
    The Bureau of Reclamation's Columbia-Cascades Area Office is seeking construction services for the replacement of three underground electrical feeders in Coulee Dam, WA. The project involves approximately 16,700 linear feet of new feeders, installation from an existing substation to existing riser poles, and the use of both existing and new conduits. Additional tasks include the installation of reclosers, electrical splicing, surface restoration of asphalt roadways, demolition of old feeders, and fire protective treatment on existing wood poles. The National Industry Classification System (NAICS) code for the project is 237990, and it is designated as a small business set-aside with a project cost estimated between $5 million and $10 million. The solicitation for proposals will be posted on SAM.gov, with a timeline of about 30 days for submission after its issuance. Interested contractors must be registered in SAM to participate. Contact details for the Contract Specialist and Contracting Officer are provided for further inquiries. The project aims to enhance the electrical infrastructure for the town, ensuring reliable power supply.
    Amendment 0002 to solicitation 140R1025R0008, for the Town of Coulee Feeders 1, 3, and 4 Replacement, modifies the original solicitation with several key changes. The deadline for receiving offers has been extended from September 26, 2025, at 1:00 PM MDT to October 24, 2025, at 1:00 PM MDT. Additionally, the Period of Performance for the project has been revised to run from May 15, 2026, through December 19, 2026. Finally, the Site Visit Attendee Roster has been added as a new attachment to the solicitation. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. This amendment is issued by the Bureau of Reclamation, Pacific Northwest Region, Acquisition Management Division.
    Amendment 0003 for solicitation 140R1025R0008, concerning the Town of Coulee Dam Underground Feeders 1, 3, 4 Replacement project, has been issued by the Bureau of Reclamation, Pacific Northwest Region. This amendment, dated August 6, 2025, maintains the proposal due date of October 24, 2025, at 1:00 PM MDT. Its primary purposes are to provide final Q&A as of September 15, 2025, revise several specification sections (00 00 30, 00 01 10, 01 11 00, 01 35 30, 01 56 10, 09 91 10), add Spec Section 51 00 10 Photographs and clause 52.236-15 Schedule for Construction Contracts, and update clause 52.211-10 to extend the work completion period from 184 to 219 calendar days. Additionally, it updates WBR 1452.215-81 to shift the estimated award date from October 1, 2025, to December 1, 2025, and distributes a conformed solicitation as of September 25, 2025. The period of performance is from May 15, 2026, to December 19, 2026. Offerors must acknowledge this and all prior amendments as per Block 11 of the solicitation.
    Amendment 0004 to solicitation 140R1025R0008, effective August 6, 2025, details revisions for the "Town of Coulee Dam Underground Feeders 1, 3, 4 Replacement" project. Issued by the Bureau of Reclamation, Pacific Northwest Region in Boise, ID, this amendment primarily revises specifications (section 52 00 00 Drawings) and several drawings (222-100-61274, 222-100-61277, 222-100-61279, 222-100-61305, 222-100-61306), rendering previous versions obsolete. It also distributes conformed specifications and drawings as of October 14, 2025. The period of performance is May 15, 2026, to December 19, 2026. Offerors must acknowledge receipt of this amendment by September 25, 2025, as outlined in block 11, or their offer may be rejected. All other terms and conditions of the original solicitation remain unchanged.
    This government file, likely an RFP or grant document, outlines requirements for various projects, emphasizing compliance, safety, and technical specifications. It details infrastructure upgrades, hazardous material handling, and equipment installation, alongside strict adherence to regulatory standards. The document covers mechanical, plumbing, and fire suppression systems, requiring thorough assessments and coordinated execution. Key aspects include detailed planning, safety protocols (e.g., infection control, fire watches), and environmental considerations like asbestos and lead-based paint remediation. The recurring theme is the modernization of facilities while ensuring safety and regulatory compliance, indicating a comprehensive approach to government-funded projects.
    The document outlines a comprehensive framework for classifying and managing government information, likely pertaining to federal, state, and local RFPs and grants. It details various categories of information, including those related to union identification, and sets forth guidelines for handling sensitive data. The text emphasizes the importance of proper classification for security and accessibility, particularly concerning information that could impact individuals or entities. It also references specific codes and regulations that govern information management. The document appears to be a foundational guide for government agencies to ensure compliance and efficient data handling within their operations.
    The provided document, Standard Form 24 (REV. 10/2023), outlines the requirements and conditions for a federal bid bond, a crucial component in government contracting. This form, prescribed by the GSA-FAR, ensures that a principal (bidder) who submits a bid will honor their commitment if accepted by the government. The bond guarantees that if the principal fails to execute the required contractual documents or provide necessary bonds after bid acceptance, they will compensate the government for any resulting costs that exceed the bid amount. Key sections detail the penal sum, bid identification, and conditions under which the obligation becomes void. It also specifies requirements for sureties, including corporate sureties listed by the Department of the Treasury and individual sureties who must submit an Affidavit of Individual Surety (Standard Form 28). The document further provides instructions on completing the form, including proper signing, sealing, and handling of co-surety arrangements. The OMB control number and expiration date are provided, emphasizing its official federal use.
    The Bureau of Reclamation's Columbia Basin Project in Coulee Dam, Washington, is undertaking the replacement of underground feeders 1, 3, and 4. This electrical infrastructure project involves removing existing 15kV cables and installing new ones within existing PVC ducts, with some sections being re-routed to new alignments. The project emphasizes minimizing power outages to the town by limiting planned outages to one feeder at a time. Key aspects include constructing a 3x2 ductbank with six 6-inch PVC conduits, splicing circuits in existing vaults, and protecting existing utilities such as ground wires, fire hydrants, water pipelines, and fiber optic cables. The contractor is responsible for verifying existing utility locations and ensuring a minimum 3-foot cover for new installations. New equipment nomenclature will be confirmed, and surface restoration will include gravel and grass. This project aims to modernize the electrical distribution network while ensuring safety and operational continuity.
    The provided document, consisting only of line numbers from 1 to 27, appears to be a placeholder or an incomplete file. Without any textual content, it is impossible to identify a main topic, key ideas, or supporting details. Consequently, a summary cannot be generated as there is no information to analyze regarding government RFPs, federal grants, or state/local RFPs. The document requires content to be summarized effectively.
    The document details the "Underground Feeders 1, 3, 4 Replacement" project for the Columbia Basin Project, Gravity Division, Town of Coulee Dam, dated January 15, 2025. This project, from the Bureau of Reclamation, involves replacing existing 15kV cables with new ones in 6" PVC ducts, and includes a pulling calculation summary for various circuit segments. Key aspects include maximum pulling lengths, max pulling forces, and max sidewall pressures for different feeder circuits. The project emphasizes orderly sequence for feeder disconnection, removal, and replacement, limiting outages to one feeder at a time. It also highlights the need for the contractor to verify existing utility information on-site prior to work commencement. The document notes that slopes below 1° are assumed flat and the coefficient of friction is 0.30.
    The provided government file, consisting solely of line numbers from 28 to 55, contains no discernible content. Therefore, it is impossible to identify a main topic, key ideas, or supporting details. Without any textual information, a summary cannot be generated, nor can its purpose within the context of government RFPs, federal grants, or state/local RFPs be determined. The file is empty of substantive data for analysis.
    The "Past Performance Questionnaire" (PPQ) is a critical document for federal government RFPs, specifically for Solicitation No. 140R1025R0008, concerning the "Town of Coulee Dam Underground Feeders 1, 3, 4 Replacement." Offerors must send this questionnaire to a minimum of three past clients (Federal Government, then State/Local, then private) who can evaluate similar services performed within the last five years. Completed questionnaires must be sent directly to the Contracting Officer, Syndy Garcia, at sfgarcia@usbr.gov, by the evaluators themselves, not with the offeror's technical proposal. The purpose is to gather past performance information for potential Firm Fixed Price contracts, with handwritten responses accepted. Evaluators are encouraged to provide detailed comments for all ratings and to supplement their knowledge with judgments from others in their organization. The goal is to select the best value for the government, with past performance being a significant consideration.
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting bids (Solicitation No. 140R1025R0008) for the "Town of Coulee Dam Underground Feeders 1, 3, and 4 Replacement" project. This project, located west of Grand Coulee Dam, WA, involves replacing three existing underground electrical feeders with new ones totaling approximately 16,700 linear feet. The scope includes installing new conduits, vaults, reclosers, electrical splicing, terminations, and surface restoration. Demolition of existing feeders and fire-protective painting of wood poles are also required. The solicitation emphasizes a mandatory site visit, adherence to the "Reclamation Safety and Health Standards," and details payment procedures, including a comprehensive price schedule for various construction components. A Contract Document Management System (CDMS) is mandated for document control, and a Critical Path Method (CPM) construction program is required for project planning and monitoring, with strict guidelines for schedules and time impact analyses.
    The U.S. Department of the Interior, Bureau of Reclamation, has released Solicitation No. 140R1025R0008 for the Town of Coulee Dam Underground Feeders 1, 3, and 4 Replacement project. This federal RFP details the replacement of three existing underground electrical feeders with new ones, totaling approximately 16,300 lineal feet. The project, located near Grand Coulee Dam, Washington, involves installing new feeders through existing and new conduits, vaults, and duct banks, including rock excavation, asphalt restoration, recloser installation, and electrical work. Demolition of existing feeders will occur after commissioning the new system. The scope also includes fire-protective intumescent paint for 44 existing wood poles. The solicitation emphasizes mandatory site visits, adherence to "Reclamation Safety and Health Standards," and outlines payment procedures, project coordination, and a comprehensive Contract Document Management System (CDMS). The project requires a detailed construction program using Critical Path Method (CPM) and regular schedule updates, with strict submittal requirements and a focus on safety and environmental controls.
    This document addresses questions and answers related to a federal government solicitation, likely an RFP, concerning a construction project. Key updates include a revised Period of Performance (PoP) from 10/1/2025-4/3/2026 to 5/15/2026-12/19/2026, and an extended proposal due date to October 24, 2025. The government clarified that a three-conductor, medium-voltage cable assembly is preferred, despite long lead times, but is open to considering multiple individual cables as a substitute if the contractor covers additional costs and demonstrates no negative impact on ampacity or pulling limits. Blasting is not permitted. Geotechnical information is available for an adjacent hillside, but not directly for the feeders' alignment. The new cable will be 500 kmil, replacing existing 750 mcm cables. Security requirements for site access are referenced. The contractor is responsible for utility locates, and while a vacuum truck is encouraged, it's not mandatory. No local licensing requirements are anticipated, and no known cultural/archaeological sensitive areas exist. Photos of vaults, pulling eyes, the rock nob, and riser pole will be included in solicitation amendments. Proposals must be hard-copy submissions.
    Amendment 0001 to solicitation 140R1025R0008, issued by the Bureau of Reclamation, Pacific Northwest Region, Acquisition Management Division, extends the deadline for offer submissions. The original deadline of September 06, 2025, at 1:00 PM MDT has been moved to September 26, 2025, at 1:00 PM MDT. All other terms and conditions of the solicitation remain unchanged. Offers must acknowledge receipt of this amendment by completing items 8 and 15, and returning copies of the amendment; by acknowledging receipt of this amendment on each copy of the offer submitted; or by separate letter or electronic communication that references the solicitation and amendment numbers. The period of performance for the contract is from October 01, 2025, to April 03, 2026.
    Amendment 0003 for solicitation 140R1025R0008, "Town of Coulee Dam Underground Feeders 1, 3, 4 Replacement," modifies key aspects of the original solicitation. The due date for proposals remains October 24, 2025, at 1:00 PM MDT. This amendment provides final Q&A, revises several specification sections (00 00 30, 00 01 10, 01 11 00, 01 35 30, 01 56 10, 09 91 10), adds spec section 51 00 10 Photographs, and incorporates clause 52.236-15 Schedule for Construction Contracts. Additionally, it extends the completion timeframe from 184 to 219 calendar days and updates the estimated award date from October 1, 2025, to December 1, 2025. The period of performance is set from May 15, 2026, to December 19, 2026. Offerors must acknowledge receipt of this amendment as per the instructions in block 11 of the solicitation.
    Amendment 0004 to solicitation 140R1025R0008, for the "Town of Coulee Dam Underground Feeders 1, 3, 4 Replacement" project, revises specific sections of the project's specifications and drawings. The amendment makes previous spec pages and drawings obsolete, distributing conformed specifications and drawings as of October 14, 2025. It also specifies the Period of Performance from May 15, 2026, to December 19, 2026. This amendment outlines the methods for offerors to acknowledge its receipt or modify previously submitted offers. All other terms and conditions of the original solicitation remain unchanged.
    The Bureau of Reclamation is issuing Solicitation No. 140R1025R0008, a Request for Proposal (RFP) for the "Town of Coulee Dam Underground Feeders 1, 3, 4 Replacement" project. This is a total small business set-aside construction project with an estimated cost between $5,000,000 and $10,000,000. Key dates include a Q&A cut-off of September 15, 2025, at 14:00 MST, and a mandatory site visit on September 4, 2025, at 10:00 AM PDT. The project's period of performance is from October 1, 2025, to April 3, 2026. Contractors must complete the work within 184 calendar days after receiving notice to proceed. Offers are due by September 6, 2025, at 13:00 local time and must remain valid for 90 calendar days.
    The U.S. Department of the Interior, Bureau of Reclamation, is seeking bids for the "Town of Coulee Dam Underground Feeders 1, 3, and 4 Replacement" project (Solicitation No. 140R1025R0008). This federal government RFP, classified as a total small business set-aside with an estimated cost between $5,000,000 and $10,000,000, involves replacing three existing underground electrical feeders and associated infrastructure approximately one mile west of Grand Coulee Dam, Washington. The project includes installing new feeders in existing and new conduits, rock excavation, asphalt road restoration, recloser installation, electrical splicing, terminations, surface restoration, and commissioning. Demolition of old feeders will occur after commissioning. Additionally, existing wood poles for an overhead feeder will be coated with fire-protective paint. Offerors are strongly encouraged to attend a site visit on September 4, 2025, and must adhere to safety requirements. The deadline for proposals is October 24, 2025, at 1:00 PM MDT, with a performance period from May 15, 2026, to December 19, 2026.
    The U.S. Department of the Interior, Bureau of Reclamation, has issued Solicitation No. 140R1025R0008 for the replacement of Underground Feeders 1, 3, and 4 in the Town of Coulee Dam, Washington. This project, located approximately one mile west of Grand Coulee Dam, involves installing three new underground electrical feeders, utilizing existing and new conduits and vaults. The scope includes rock excavation, asphalt road restoration, recloser installation, electrical work, surface restoration, commissioning, and demolition of old feeders. Additionally, existing overhead feeder wood poles will be coated with fire protective paint. The estimated cost is between $5,000,000 and $10,000,000, and it is a total small business set-aside. Amendments have extended the proposal due date to October 24, 2025, and revised the performance period from May 15, 2026, to December 19, 2026. A mandatory site visit was scheduled for September 4, 2025.
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the "Town of Coulee Dam Underground Feeders 1, 3, and 4 Replacement" project (Solicitation No. 140R1025R0008). This federal government RFP, classified as a total small business set-aside with an estimated cost between $5,000,000 and $10,000,000, involves replacing three existing underground electrical feeders near Grand Coulee Dam, Washington. The project includes installing new feeders, conduits, vaults, and reclosers, along with rock excavation, asphalt road restoration, electrical splicing, and fire-protective painting of existing wood poles. A mandatory site visit is scheduled for September 4th, 2025, and contractors are urged to attend. The performance period is 184 calendar days after the notice to proceed, with liquidated damages of $1,746.33 per day for delays. Contractors must submit invoices electronically via the Invoice Processing Platform (IPP).
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting bids for the Town of Coulee Dam Underground Feeders 1, 3, and 4 Replacement project. This federal government RFP (Solicitation No. 140R1025R0008) details the replacement of three existing underground electrical feeders with new ones, totaling approximately 16,300 lineal feet, located about one mile west of Grand Coulee Dam, WA. The project involves installing new feeders through existing and new conduits/vaults, rock excavation, asphalt road restoration, recloser installation, electrical splicing, terminations, surface restoration, commissioning, and demolition of old feeders. It also includes painting numerous existing wood poles with fire protective intumescent paint. The solicitation emphasizes a mandatory site visit for offerors, provides a detailed price schedule for various construction line items, and outlines comprehensive requirements for project management, coordination, document management (CDMS), construction program scheduling using Critical Path Method (CPM), and submittals, including specific safety and environmental controls.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Y--Hungry Horse Excitation System Replacement
    Buyer not available
    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting proposals for the Hungry Horse Excitation System Replacement project located at the Hungry Horse Powerplant in Montana. This procurement aims to replace the excitation system equipment, with a contract value anticipated between $5 million and $15 million, and is exclusively set aside for small businesses under NAICS code 237990. The project is critical for maintaining the operational efficiency and reliability of the powerplant's electrical generation capabilities. Interested contractors must submit their proposals by December 16, 2025, and are encouraged to attend a pre-bid site visit on October 1, 2025. For further inquiries, contact Colby Clifford at cclifford@usbr.gov or by phone at 208-809-1372.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Buyer not available
    The Department of Defense, through 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 in Montana. This project entails the comprehensive replacement of electrical equipment, including the Main 125V DC Station Board, Preferred AC Panels, and Emergency Lighting Panels, with specific requirements for extending feeder wires and modifying concrete bases to accommodate new equipment. 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 December 19, 2025. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must register on SAM.gov to access solicitation documents.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Buyer not available
    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.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    Z--DEVA 318717 - Rehab Furnace & Cow Creeks WTP/WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the rehabilitation of the Furnace Creek and Cow Creek water and wastewater treatment systems at Death Valley National Park, under Solicitation No. 140P2025R0082. The project aims to modernize critical infrastructure, addressing frequent service interruptions and ensuring the availability of potable water while mitigating health, safety, and environmental risks. This significant undertaking, with a construction magnitude exceeding $10 million, includes the replacement of wastewater laterals, upgrades to treatment facilities, and the installation of new water mains and lift stations. Interested contractors must submit proposals by January 14, 2026, and are encouraged to attend a pre-proposal site visit on November 5, 2025, to gain a comprehensive understanding of the project scope. For further inquiries, contact Amber Hughes at amberhughes@nps.gov.
    John Day Transportation and Site Access
    Buyer not available
    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.
    Helena Lewis & Clark NF - Park Lake Dam Rehabilitation
    Buyer not available
    The Department of Agriculture, specifically the Forest Service, is preparing to solicit bids for the Park Lake Dam Rehabilitation project located in the Helena Lewis & Clark National Forest in Montana. The project entails a comprehensive scope of work, including clearing and grubbing, deconstruction of the existing dam, construction of a new dam with a seismic foundation, hydraulic seepage control, and road reconstruction, all to be completed by October 31, 2027, over two field seasons. This rehabilitation is crucial for maintaining the integrity and safety of the dam infrastructure. Interested vendors are encouraged to inspect the project site prior to the solicitation, which is anticipated to be issued by January 2026. For further inquiries, potential bidders may contact Lisa Rakich at lisa.rakich@usda.gov or Reid Stovall at reid.stovall@usda.gov.
    Y--NGWSP BLOCK 2-3 HDD
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking contractors for the Navajo-Gallup Water Supply Project (NGWSP) Block 2-3, which involves Horizontal Directional Drilling (HDD) for water transmission pipelines in New Mexico. This construction project, valued between $30 million and $60 million, aims to enhance water supply reliability for the Navajo Nation, Jicarilla Apache Nation, and Gallup, New Mexico, through the installation of 42-inch and 36-inch buried pipelines across various locations. Interested contractors must adhere to stringent quality control and assurance requirements, submit performance and payment bonds, and be registered in SAM, with proposals due by January 28, 2026. For further inquiries, potential bidders can contact Amy Loveless at aloveless@usbr.gov or by phone at 801-524-3790.
    Purchase of Turbine Runner for Unit A9
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting proposals for the purchase of a vertical Francis turbine runner for Unit A9 at the Hoover Dam Office, under solicitation number 140R3025R0023. The procurement includes requirements for hydraulic design, model testing, and the fabrication of the turbine runner and associated components, emphasizing high efficiency and specific operational characteristics. This project is critical for maintaining the operational integrity of the Hoover Powerplant, which plays a vital role in energy generation and water management in the region. Proposals are due by January 9, 2026, with inquiries directed to Virginia Toledo at vtoledo@usbr.gov or by phone at 928-343-8136.