Little Goose Lock and Dam Stilling Basin Sediment Removal
Sources Sought Notice: W912EF25RSS22
This a follow-up to the Sources Sought issued under Notice ID W912EF25RSS08. The on-site work window has changed. If you responded to W912EF25RSS08, you are encouraged to respond again to this sources sought, or update your existing response letting the Government whether know you can meet the new work window.
The US Army Corps of Engineers, Walla Walla District is seeking small business sources for a construction project entitled: Little Goose Dam Stilling Basin Sediment Removal. The work is located at Little Goose Dam in the Walla Walla District. Little Goose Dam is in located in Washington State along the Snake River at river mile 70.3. This will be a 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 $37.0M.
For dredging, to be considered a small business for purposes of Government procurement, a company or its similarly situated subcontractors must perform at least 40 percent of the volume dredged with their own equipment or equipment owned by another small dredging concern.
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.
1. 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.
2. A reference list for each of the projects submitted in 1. above. Include the name, title, phone number and email address for each reference.
3. 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.
4. Provide a statement that your company intends to submit an offer on the project when it is advertised.
5. Provide a statement of your company’s bonding capacity. A statement from your surety is NOT required.
6. Cage Code and SAM UEI number.
The on-site work window for this project is intended to be November 16, 2025 to February 27, 2026.
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 April 30, 2025.
Summary of Scope of Work:
The work consists of completing the dredging work and inspecting and documenting the stilling basin concrete surface to inform future project delivery teams (PDTs) on stilling basin maintenance and repair actions.
To successfully capture usable inspection data and obtain the required inspection deliverables, the stilling basin must first be thoroughly cleared of debris and sediment to expose the concrete surfaces. Stilling basin inspection deliverables include photos, videos, and findings reports. Clearing the stilling basin surfaces will involve the use of dredging equipment, likely in close coordination with divers to clear, inspect, and document the condition of the stilling basin. The estimated amount of sediment volume that requires removal is as follows: Little Goose—28,000 cubic yards.
All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1).
This contract will require a dive team including a dive supervisor, a diver, a standby diver, and tender.
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.