Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2025 SAM #8692
SOURCES SOUGHT

99 -- Dworshak Unit 4

Notice Date
9/11/2025 2:26:15 PM
 
Notice Type
Sources Sought
 
Contracting Office
US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF25SS40
 
Response Due
9/30/2025 3:00:00 AM
 
Archive Date
10/15/2025
 
Point of Contact
LeAnne R. Walling, Phone: 5095277230, Fax: 5095277802, Jani C Long, Phone: 5095277209, Fax: 5095277802
 
E-Mail Address
leanne.r.walling@usace.army.mil, jani.c.long@usace.army.mil
(leanne.r.walling@usace.army.mil, jani.c.long@usace.army.mil)
 
Description
9/11/2025 Correction of response date added/updated: An update was made to clarify the response date to 9/30/2025 from 10/30/2025 which was inadvertantly added in error. Please note the update with a final response date of 9/30/2025 as indicated in the description section. __________________________________________________________________________ THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. This is for market research purposes only. As part of its market research the US Army Corps of Engineers (USACE), is issuing this sources sought to seek out interested firms capable of completing the work defined below. The Government may use the responses to this sources sought for information and planning purposes. Responses are requested regardless of business size. 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 $45,000,000. Estimated magnitude of construction is between $100,000,000 and $250,000,000. Performance and payment bonds will be required. 1. Project Summary The U.S. Army Corps of Engineers (USACE), Walla Walla District intends to expand the generation capability of the Dworshak Dam Powerhouse by extending the existing powerhouse structure and installing an incremental fourth generating unit (Main Unit 4). Dworshak Dam is located on the Clearwater River in Ahsahka, ID, approximately 50 miles east of Lewiston, ID. The scope of this sources sought solicitation pertains exclusively to design and construction of the project�s civil and structural work. This includes preparation and development of the site, powerhouse and tailrace substructure construction, and erection of a functional building envelope as part of the powerhouse extension. Below is a list of separate procurements beyond the scope of this sources sought/request for information that the Government envisions delivering the balance of project work. Generator Step-Up Transformer � Supply contract for the procurement and delivery of a single three-phase ~300MVA transformer. Turbine-Generator � Design, supply, installation and commissioning of a hydroelectric generator with an approximate output rating of 250-300MW. Balance of Plant � Auxiliary mechanical and electrical systems to support power generation and powerhouse operations. Hydraulic Steel Structures � Supply of standalone steel structures such as gates, bulkheads and trash racks. The feedback provided by responses to this sources sought request will be used to inform the Government during the development of the civil/structural contract solicitation. 2. Background Construction of the existing powerhouse and installation of its three units was completed in 1973. Allowing for updates in technology and operation, Main Unit 4 is expected to be analogous to Main Unit 3, and they will operate concurrently. At 259MW, Main Unit 3 is currently the largest installed unit and provides approximately 56% of plant capacity. Main Unit 3 is a 192-inch diameter turbine runner and rotates at 128.6 rpm; the rated head is 560 ft. Owing to its size, Main Unit 3 is also the most important environmentally, providing temperature and total dissolved gas control for downstream flows. The original Dworshak design anticipated six units at full build-out. Bays 4-6 are currently empty down to bedrock (skeleton bays) with intake structure, penstocks embedded in the intake, and some of the discharge structure already constructed. 3. Existing Conditions, Constraints & Challenges a. The Government intends to extend the configuration and design of the existing powerhouse for Main Unit 4. b. Operation of the existing powerhouse and associated operations and maintenance activities will continue throughout all construction related to the addition of Main Unit 4. Contractor operations must minimize disruption to Government operations and personnel. c. Disruption of the power generating capacity of existing units will not be allowed except during specific defined times when the units are out of use. These periods will be referred to as �outages.� Additional outages necessary for construction may be coordinated by the contractor, subject to Government approval. d. The project site has very limited room for contractor operations and equipment staging adjacent to the powerhouse. Access to the powerhouse is currently through a single road which has minimal turnaround and parking spaces. Remote sites, either Government- or Contractor-provided, will likely be necessary for work crew parking, equipment staging, office trailers and tool storage. e. Contractor means and methods including the construction of temporary in-water structures in the tailrace or necessary site development of the skeleton bays may be considered to reduce cost and schedule impact of site constraints. f. An existing on-site rock quarry is available to the contractor for development and extraction of materials. g. Should it prove advantageous to project cost and/or schedule by providing additional site access, an unmaintained roadbed from the dam�s original construction remains along the east bank of the North Fork Clearwater River between the town of Ahsahka and Dworshak Dam�s spillway. h. Transportation and delivery routes for large or heavy equipment may be limited by the capacity of bridges and other public transportation infrastructure. i. The work will occur adjacent to, over, or in water. Environmental controls will be critical to avoid oil spills and other impacts. j. There may be other prime contractors on-site at the same time for other proposed procurements. Contractors will need to coordinate between other contractors and with the Government. 4. Scope Description a. Design (potentially contractor-provided, as under design-build) Draft tube & spiral case modifications: Design of modifications to the existing draft tube and construction of a new spiral case. Penstock extension: Design of a new penstock extension between the existing penstock and the new spiral case, including foundation and support structures. Site bridge structure (if applicable to selected design): Design of new site bridge structure to allow HS20 vehicular access at the skeleton bays. (ex. a bridge from the existing tailrace deck to the existing parking lot spanning the skeleton bay area to create a circuit route for construction material deliveries) Powerhouse superstructure: Design of a new powerhouse superstructure, including foundations, walls, roof, exit stairs, and continuation of bridge crane rails and support. Approximate dimensions: 65� x 100�. Assembly bay (if applicable to selected design): Design of a new assembly bay superstructure, including foundations, generator pedestal, walls, roof and continuation of bridge crane rails and support. Approximate dimensions: 65� x 75�. Transformer yard & diesel generator area: Site preparation, foundation design, and construction of the new transformer site and a diesel generator area, including fire protection and oil containment systems. Structural steel: Design of steel structures other than embedded turbine-generator components, potentially including supports and surfaces for increased parking or laydown. (Reinforced) Concrete: Design of reinforced concrete foundations, retaining walls, mass concrete placements, powerhouse superstructure. Drainage: Civil drainage design for site runoff and dewatering systems. Building systems: Design of all high-bay lighting, HVAC and ducting, convenience and user lighting, doors, architectural finishes, hand/guard railings, access controls, plumbing, and fire alarm, control, and suppression systems that are not power-train equipment-specific b. Construction (based on either government- or contractor-privided design) Site preparation & demolition: Controlled demolition of existing structures (transformer bridge), excavation, dewatering, and site preparation activities. Penstock extension installation: Installation of the penstock extension, including connections to existing structures. Retaining wall construction: Construction of retaining walls and powerhouse walls. Site bridge structure: Construction of site bridge structure for vehicular access at the skeleton bays. Drainage system installation: Installation of civil drainage systems for site runoff and dewatering. Foundation construction: Construction of foundations for the poweriouse superstructure, transformer yard, diesel generator area, and penstock extension. Powerhouse mass concrete work: Placement of reinforced concrete for foundations, piers, draft tube, spiral case, and other structural elements. Steel embedment: Installation and embedment of steel water passage components (penstock, spiral case liners, draft tube). Powerhouse superstructure (building): Construct generator pedestal, powerhouse walls and galleries, bridge crane rails, powerhouse roof, powerhouse end wall. See size of building listed under item �a. Design� above. Building systems: All high-bay lighting, HVAC and ducting, convenience and user lighting, doors, surface finishes, hand/guard railings, access controls, and life safety systems that are not power-train equipment-specific. Removal of toro-spherical bulkhead: This currently blocks the penstock for Main Unit 4. 5. Questions for Industry a. General Which aspects of this scope are best suited to design-build, if any? Please explain. What elements of this project scope does your organization find particularly attractive? What elements of this project scope would discourage you from bidding? Based on the attached sketches of concept alternatives, provide contractor feedback and/or recommendations to improve schedule and/or cost. Where could stated or perceived site access constraints be relaxed at Government discretion to reduce contract cost and/or schedule? Which aspects of this scope increase pricing uncertainty and in what way? What factors other than scope would incentivize or discourage you from bidding on this work? Are there any market conditions or industry practices that you feel the Government needs to be aware of? If bidding as a prime, what features of work or percentage of the project scope would you self-perform? b. Schedule and Workforce What is the estimated duration for this project scope, inclusive of both design (if design-build) and construction? Are there recommended scope items that should be phased? If so, please explain. What would be the preferred work schedule for an effort like this, considering the scope and the project location? What would be the estimated maximum size of work crew on site needed to accomplish the work? 6. Submission Instructions Responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought � W912EF25RSS40. Please email to Jani Long, Contracting Officer, at jani.c.long@usace.army.mil and LeAnne, Walling, Contract Specialist, at leanne.r.walling@usace.army.mil before 3:00 pm Pacific Standard time on 30 September 2025. Interested parties� responses to this Sources Sought/Request for Information shall include the following information in addition to responses to the questions above: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. b. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB). c. An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope. d. A description of work that has been performed by the prime firm that is similar to scope described in Paragraph 1 and Paragraph 4 and was completed under similar constraints and challenges listed under Paragraph 2. e. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available): Provide up to five (5), (List the critical elements required) project examples. These project examples must be similar in size, scope and complexity to the work described in paragraph 3 of this notice, with a description of each project (to include pertinent qualitative and quantitative information about featured scope elements), and include the following: Project Title Contract Number Contract award date Customer name, phone number and email address Prime or Subcontractor Initial contract dollar value Final contract dollar value Initial contract completion date Final contract completion date Customer satisfaction The Government may verify information in CPARS or PPIRS f. Firm's Joint Venture information if applicable - existing and potential g. Firm's Bonding Capability in the form of a letter from Surety h. Firm's interest and the likelihood in bidding on a potential solicitation related to the scope described above, if advertised. (Refer to planned advertise and performance dates) i. Responses to the government�s questions in paragraph 5 and any other information the Firm feels the government needs to be aware of. 7. Disclaimer and Important Notes a. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a government contract. 8. Attachments a. Att. A - DWR Unit 4 concept sketches ALTS 1-3 � 20250808 b. Att. B - Dworshak Photos - Existing site & historical construction c. Att. C - Dworshak civil structural existing reference drawings
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3ca4a8409f79477d91f70ec6fc9499f9/view)
 
Place of Performance
Address: Ahsahka, ID 83520, USA
Zip Code: 83520
Country: USA
 
Record
SN07588040-F 20250913/250911230054 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.