ContractCombined Synopsis/SolicitationTotal Small Business Set-Aside (FAR 19.5)

Dam Valve Replacement/Repair for the Hoosier National Forest

DEPARTMENT OF AGRICULTURE 12444526Q0013
Response Deadline
Apr 3, 2026
22 days left
Days Remaining
22
Until deadline
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Department of Agriculture, specifically the Forest Service, is seeking qualified contractors for the replacement and repair of dam valve assemblies at the Hoosier National Forest in Indiana. The project involves replacing valve assemblies at Celina Lake and Saddle Lake dams and repairing the valve assembly at the U-38 dam, with a focus on ensuring the functionality of draw-down pipes. This work is critical for maintaining the integrity and operational capacity of the dams, which play a vital role in flood prevention and watershed management. Interested small businesses must submit their technical and price proposals by March 20, 2026, with the anticipated award decision expected within 30 days of solicitation closure. For further inquiries, contact Jordan Wheelock at Michael.Wheelock@usda.gov or by phone at 812-276-4730.

Classification Codes

NAICS Code
237990
Other Heavy and Civil Engineering Construction
PSC Code
4810
VALVES, POWERED

Solicitation Documents

10 Files
RFQ 12444526Q0013.pdf
PDF437 KB3/10/2026
AI Summary
The USDA Forest Service has issued Solicitation Number 12444526Q0013, an RFQ for dam valve replacement and repair services on the Hoosier National Forest, Tell City Ranger District, Indiana. This small business set-aside project includes replacing valve assemblies at Celina Lake and Saddle Lake dams and repairing the U-38 dam's valve assembly. The period of performance is from April 1, 2026, to September 1, 2026. Offerors must submit technical proposals (including past performance, technical capability, and management plan), price proposals, and representations/certifications by March 20, 2026, at 5:00 P.M. EST to Michael.Wheelock@usda.gov. Evaluation factors, in descending order of importance, are Technical Capability, Past Performance, Management Plan, and Cost/Price, with non-cost factors combined being equal to cost/price.
Attachment D SaddleValve And StemAsBuilt.pdf
PDF100 KB3/10/2026
AI Summary
This government file details the design and construction of Structure No. 1 for the Middle Fork of Anderson River Watershed Protection and Flood Prevention Project in Perry County, Indiana. It provides detailed schematics and specifications for various components, including floor boxes, operating wrenches, corrugated iron or steel pipes, reinforced concrete pipes, and a slide headgate. Key features include watertight joints, mortar lining, adjustable stem guides, and bronze wedges for the headgate. The document also specifies concrete bedding requirements and notes on concrete bonding and manufacturer-supplied fittings. This detailed plan ensures the structure's proper functioning within the watershed protection and flood prevention framework.
Questions and Answers 2.pdf
PDF96 KB3/10/2026
AI Summary
This document addresses questions and answers regarding the Celina Dam Valve Replacement project (Solicitation # 12444526Q0013, Amendment # 2). Key details include a site visit scheduled for March 12th at Saddle Lake Dam. The project has no operational or outage restrictions, and while water levels vary, cofferdams may be needed. Concrete repair is currently unknown but will adhere to manufacturer specifications. OSHA requirements for confined space rescue must be met. The job's tax-exempt status refers to FAR 52.216-7. Allowable working hours are 6 am to 6 pm, Monday-Friday, with exceptions requiring COR approval. The award is anticipated within 30 days of solicitation close, likely in April. Lake drawdowns for Celina, Saddle, and U38 can be coordinated with the COR, and the contractor is responsible for the drawdown action. References to Indian and Tipsaw dams have been removed from Attachment A. Information on assumed water inflow during construction is unavailable. Contractors have 365 days from the contract award to complete the project, covering material lead times, with the Period of Performance being negotiable.
Questions and Answers.pdf
PDF84 KB3/10/2026
AI Summary
This document addresses frequently asked questions regarding a government contract for dam repair, likely an RFP. Key information includes the availability of site visits on specific dates (March 10th, 12th, or 13th), the limited availability of as-built drawings (available for Celina and Saddle, but not U-38, and are scanned hardcopies from the 1960s), and the absence of pictures for gate assemblies. It specifies that technical questions must go through the sam.gov primary POC, the work is estimated to start upon award and conclude by September 1, 2026, and the lake may be drawn down but not emptied if needed. Ground conditions do not need to be dry for access, but the contractor is responsible for repairing any damage to Forest Service property. The COR information will be provided upon award.
Attachment G Wage Determination.pdf
PDF4703 KB3/10/2026
AI Summary
This document is a federal wage determination under the Service Contract Act for Indiana, specifically Perry and Spencer counties, last revised on December 3, 2025. It lists prevailing wage rates and fringe benefits for numerous occupations across various sectors, including administrative, automotive, health, and technical roles. The document outlines requirements for health and welfare, vacation, and holidays, including specific rates for EO 13706 and EO 13658. It details rules for computer employees, night and Sunday pay for air traffic controllers and weather observers, hazardous pay differentials, and uniform allowances. Additionally, it provides a comprehensive conformance process for classifying unlisted occupations to ensure fair compensation in accordance with the Service Contract Act.
Attachment B CelinaValveInformation.pdf
PDF1781 KB3/10/2026
AI Summary
The Hydro Gate Corporation's M0549001 and M0549500 drawings detail the installation, material, and coating specifications for a 20x20 Series 501 sluice gate, designed for Commerce City, Colorado. The gate features a universal frame-flange and standard bottom, with specific tolerances for fabrication and machining. Key components include a 1 3/4" diameter stem, a master gear A11 lift with a bronze lift nut, cast iron pedestal, and WB-3A wall bracket. Material specifications predominantly utilize stainless steel, manganese bronze, and cast iron, with specific ASTM codes provided. Coating specifications involve TNEMEC 46H-413 HI-BUILD TNEME-TAR and Rockhard Poly-Enamel #649, applied in multiple shop coats to various components. The gate is designed for a project operating head of 55 feet seating and 20 feet unseating, with installation instructions referenced in Manual G-1000. This document serves as a comprehensive guide for the precise installation and material requirements of a heavy-duty sluice gate, essential for federal, state, and local RFP and grant projects requiring detailed engineering and construction plans.
Attachment E Statement of Work.pdf
PDF759 KB3/10/2026
AI Summary
The USDA's Hoosier National Forest requires replacement and repair of dam valve assemblies at Celina Lake, Saddle Lake, and U-38 dams. The scope of work includes replacing existing Hydro Gate and Coldwell-Wilcox Technologies assemblies with new Hydro Gate gates and CPS series lift assemblies (or approved alternatives) at Celina and Saddle Lakes. For the U-38 dam, the Orbinox valve lift-stem system needs to be re-secured to the inlet structure. The government will provide as-built drawings and access keys. All personnel working inside the inlet structures, which are considered permit-required confined spaces, must be confined space certified per OSHA 29 CFR 1910 regulations. The final deliverable is fully functional gate and lift assemblies that allow for complete operation of draw-down pipes.
Attachment F U38ValveInformation.pdf
PDF242 KB3/10/2026
AI Summary
This government file details the components and materials of a 12-inch, 120-inch extended handwheel operated valve, identified as model #l2-J536M-Hw-fl-St-l20''-Ext. The valve conforms to T!S405-8 and MSS-SP81 standards. Key components include a CF8M body, steel handwheel, steel yoke, stainless steel bolts and nuts, 316 SS gate, steel stem protector, stainless steel stem extension, bronze bushing, stainless steel floor stand, metal seat, plastic stem protector cap, EPDM o-ring, CF8M packing gland, and PTFE packing. The document, dated July 24, 226, provides a detailed breakdown of each part, quantity, and material, essential for manufacturing, procurement, and maintenance within government infrastructure projects or related RFPs.
Attachment A CelinaSaddleU38Specifications.pdf
PDF144 KB3/10/2026
AI Summary
The Saddle Lake Slide Gate Replacement project involves replacing existing gate valve systems at Celina and Saddle Lake Dams with new stainless steel sluice gates and rising stem operator systems. The project also includes securing valve assemblies at U38 Dam and replacing trash racks. All work requires Confined Space Entry, with contractors needing to comply with OSHA requirements and ensure workers are certified. Submittals for approval include drawings, manufacturer's information, installation diagrams, and certification of component design. The new gates must be substantially watertight, with leakage not exceeding 0.05 U.S. gallons per minute of seating perimeter, and will undergo a field leakage test. A one-year warranty for materials, workmanship, and installation is required. Materials for the 20”x 20” Model HG560 Heavy Duty slide gate, frame, guides, seals, and related components must be Type 304L or 316L Stainless Steel, with specific material requirements for stems, fasteners, and seals. Pedestal-mounted handwheel lifts, stem guides, and stem covers are also specified. The project execution includes the removal and proper disposal of existing gates, installation of new components per manufacturer recommendations, site cleanup, repair of any erosion or damage, and provision of “As Built” drawings. Contractors are responsible for verifying dimensions and all work must comply with AWWA C561 standards, except as modified in the specifications.
Attachment C Experience Questionnaire.docx
Word22 KB3/10/2026
AI Summary
The USDA Forest Service Experience Questionnaire (FS-6300-27) is a crucial document for contractors seeking to work with the agency. It gathers comprehensive information on a contractor's experience, capabilities, and financial standing. The form requires details such as the contractor's business type, years of experience as a prime and/or sub-contractor, and a list of completed projects within the last three years. It also asks about current contractual commitments, any past failures to complete work, and information regarding performance bonds. Furthermore, the questionnaire delves into organizational capacity, including the minimum and maximum number of employees, their payroll status, and estimated rates of progress. It also requests the experience of principal individuals, a list of equipment, and a detailed plan for contractor inspection, safety, and proposed schedules. The form concludes with a certification by the official, ensuring the accuracy of the provided information and authorizing the Forest Service to verify capabilities. This document is essential for evaluating a contractor's suitability for federal government solicitations.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 5, 2026
amendedAmendment #1Mar 6, 2026
amendedAmendment #2Mar 6, 2026
amendedLatest AmendmentMar 10, 2026
deadlineResponse DeadlineApr 3, 2026
expiryArchive DateApr 18, 2026

Agency Information

Department
DEPARTMENT OF AGRICULTURE
Sub-Tier
FOREST SERVICE
Office
USDA-FS, CSA EAST 6

Point of Contact

Name
Jordan Wheelock

Place of Performance

Bristow, Indiana, UNITED STATES

Official Sources