Little Goose Dam and Lower Monumental Dam Intake Gate Hydraulic System Upgrades
Sources Sought Notice: W912EF25RSS39
The US Army Corps of Engineers, Walla Walla District is seeking sources for a construction project entitled: Little Goose Dam and Lower Monumental Dam Intake Gate Hydraulic System Upgrades. The work is located at Little Goose Dam and the Lower Monumental Dam in the Walla Walla District. This will be a design-build firm-fixed-price construction contract. The North American Industry Classification System (NAICS) code for this project is 237990 Other Heavy and Civil Engineering Construction, and the associated small business size standard is $45.0M.
The projected magnitude of construction for this project in accordance with FAR 36.204 and DFARS 236.204 is $25,000,000 to $100,000,000.
This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Only those companies which respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement.
- A list of current or past projects demonstrating technical experience with work of a similar nature to that listed in the Summary Scope of Work. For each project submitted, provide a brief narrative statement of the work involved, your company’s role in the project, the dollar value and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your company and/or in-house personnel.
- A reference list for each of the projects submitted in 1) above. Include the name, title, phone number and email address for each reference.
- Provide a statement of your company’s business size (HUBZone, Service-Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above.
- Provide a statement that your company intends to submit an offer on the project when it is advertised.
- Provide a statement of your company’s bonding capacity. A statement from your surety is NOT required but is helpful.
- Cage Code and Unique Entity Identifier.
Submit this information to Preston Jones, Contract Specialist, via email to preston.e.jones@usace.army.mil. Your response to this notice must be received on or before 3:00 PM on August 27, 2025.
The Government would like industry feedback on the following questions:
- The Government is considering scheduling the on-site work windows for each dam either concurrently or consecutively. Consecutive work windows would likely span over 2 years. Does your company identify any advantages or disadvantages with either option?
- Does your company or potential sub-contractor have experience with hydraulic systems that use water-soluble polyalkylene glycol (PAG) hydraulic fluids?
- The Government has work at both Little Goose and Lower Monumental Dams. The Government is considering consolidating these requirements. (See FAR 2.101 for the definition of consolidation.) Should the Government consolidate the requirements to replace the intake gate hydraulic systems at Little Goose and Lower Monumental Dams? What impacts does your company anticipate consolidating having on small businesses’ ability to participate in the solicitation? What cost savings would your company anticipate realizing from consolidating?
- Given the projected magnitude of construction, the Government anticipates that the requirement for a Project Labor Agreement may apply to this project. Attached to this Sources Sought notice is a Project Labor Agreement Survey that we ask you to also complete and return.
Summary of Scope of Work:
- Remove and dispose of existing cylinders, hydraulic power unit, piping, control stations, and other appurtenances.
- New hydraulic cylinders. Little Goose & Lower Monumental have only a partial set of cylinders. The cylinders that remain have been rehabilitated at least once and are in varying states of condition. Past experience with cylinder replacement at McNary indicates that performing a major rehabilitation of this type of cylinder approaches the cost of new. Additionally, new advances in superior cylinder rod coatings result in new cylinders being the preferred option. The system will be under pressure to keep the gates in the raised position. 19 new cylinders will be procured: 18 for normal operations plus one spare.
- New cylinder support beams. Each cylinder is supported in the slot by an H-shaped structural steel support. The project only has partial sets of beams currently (matching in quantity to the number of cylinders). To ensure compatibility with the new cylinders and to reset the life on the system, all new support beams will be procured. 19 new support beams will be procured, to match the number of new cylinders.
- New hydraulic power unit. The plant has a hydraulic power unit (HPU) consisting of two raise pumps and one pressurization pump.
- New control stations. The control station will be replaced at each main unit. The primary reasons for replacing each control station are age of the equipment, compatibility with new hydraulic fluid, and to be able to integrate the emergency closure control scheme. Six new control stations, one for each main unit, will be procured.
- New hydraulic fluid. The hydraulic fluid will be replaced due to age, condition, and environmental concerns. The existing conventional fluid will be replaced with an environmentally acceptable lubricant (EAL).
- New piping. All piping and hoses will be replaced due to age and condition.
- Gate position indication. The gate position indication system will be rehabilitated to become functional once again. Additionally, modifications will be made to provide gate position indication to the control room.
- Control system changes. Remote controls to initiate an emergency closure will be installed in the control room. Additionally, the functionality of the emergency closure switches on the governor actuator cabinets will be restored.
- Hydraulic fluid tank. The hydraulic fluid tank will likely be retained and rehabilitated. Fire protection for the tank needs to be improved by either 1) relocating the tank, 2) adding a fire wall or 3) add a fire rated enclosure.
The Contractor will be responsible for establishing and managing an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, the Contractor will be required to develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1.
A Site Safety and Health Officer (SSHO) employed by the prime contractor shall be required for each shift of the contractor’s on-site operations. The SSHO shall possess a minimum of 5-years of experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5-years, and shall have completed at least 24-hours of formal safety training each year for the past 5-years.
A qualified Fall Protection Competent Person shall be provided by the Contractor for each shift of the contractor’s on-site operations that involves work that exposes workers to fall hazards.
This contract will require the Contractor to furnish mobile crane equipment, crane operators, and rigging equipment that comply with the certification and testing requirements of EM 385-1-1.
The Contractor will be responsible for establishing and managing an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor shall be required to be on-site for each shift of the Contractor’s operations. The CQC System Manager must possess a minimum of 5-years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled “Construction Quality Management for Contractors” within the last 5-years.
The Contractor will be required to use the Government-furnished Construction Contractor Module (referred to as QCS) of the Resident Management System (RMS) to record, maintain, and submit various information throughout the contract period. QCS is a Windows-based program that can be run on a stand-alone personal computer or on a network. The Government will make the QCS software available to the Contractor after contract award.
The project will involve the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract.
Miscellaneous work within the project includes the delivery of As-Built Drawings to the customer.