North Dakota Bids > Bid Detail

Garrison Spillway Approach Dredge

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159600977264629
Posted Date: Mar 7, 2024
Due Date: Apr 10, 2024
Source: https://sam.gov/opp/b529faddd0...
Follow
Garrison Spillway Approach Dredge
Active
Contract Opportunity
Notice ID
W9128F24SC007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 07, 2024 03:11 pm CST
  • Original Published Date: Mar 07, 2024 03:05 pm CST
  • Updated Response Date: Apr 10, 2024 02:00 pm CDT
  • Original Response Date: Jun 05, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 25, 2024
  • Original Inactive Date: Jun 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Riverdale , ND 58565
    USA
Description

The spillway approach channel at the Garrison Dam near Riverdale, ND is filling in with sediment and needs the situation to be addressed so spillway operations are not greatly affected. The purpose of this project is to reduce one of the primary source of sediment entering the approach channel by repairing and armoring a portion of the east channel bank. In addition, sediment will be removed from in front of the spillway gates through dredging. This will allow the spillway de-icing bubbler system to operate and prevent ice from forming against the upstream side of the Tainter gates thereby permitting emergency wintertime gate operations. Originally the east channel bank below the berm at elevation 1865 was protected with 2 feet of riprap placed over 1 foot of spalls that was underlain by 1 foot of gravel filter blanket.





The slope protection, as originally designed, extended from the spillway structure upstream a distance of approximately 1,400 feet. All but 300 feet of the slope protection was removed in 1975 for repairs on the Snake Creek embankment. Since removal of the slope protection in 1975, high water events and wave action have eroded and steepened a significant portion of the east bank cut slope, depositing close to 1,000,000 cubic yards of sediment within the base of the approach channel. This sedimentation has reduced the capacity of the approach channel and interfered with the operation of the spillway gate bubbler system.





This rehabilitation project consists of three (3) main features of work:





1. The first feature is repairing and armoring a portion of the eastern channel bank. This involves dredging material in the spillway in front of the bank, sloping the embankment, placing bedding, fabric, aggregate, mesh, post and riprap needed to build the slope to the design provided by the government.





2. The second feature of work is performing further dredging on the upstream side of the tainter gates. This will allow for free gate operation and allow the bubbler system to perform as designed keeping the front of the gates free of ice in the winter.





3. The third feature of work is building a retention sediment ponding facility at a location below the dam between the spillway and the fish hatchery. The dredged material will be piped over to this facility where the sediment will settle out per the government design.





For purpose of understanding the size of this scope the project is expected to involve the following orders of magnitude: The riprap placement order of magnitude is 80,000 tons, the dredge material order of magnitude is 200,000 cubic yards. The contractor will excavate and backfill an order of magnitude of 120,000 cubic yards material between the work on the slope and in the settlement pond.





In accordance with DFARS 236.204, the magnitude of this project is expected to range between $10,000,000 and $25,000,000.





Estimated Project Solicitation Issue Date: 5 June 2024





Small Businesses are reminded under FAR 52.219-14(e)(3), Limitations on Subcontracting Services, General construction, at the contractor agrees it will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that is a similarly situated entity further subcontracts will count toward the prime contractor’s 85% subcontract amount that cannot exceeded.





Prior Government contract work is not required for submitting a response to this Sources Sought synopsis.





Project Period of Performance: 890 calendar days from construction NTP.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >