Chena Relief Wells Pump
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, US Army Corps of Engineers (USACE) Alaska District, is soliciting proposals for Chena Relief Wells Pump services at the Chena River Lakes Flood Control Project near North Pole, Alaska. This requirement involves performing relief well pumping, maintenance, and performance testing. The opportunity is a Total Small Business Set-Aside.
Scope of Work
The contractor will perform relief well maintenance and performance testing at Moose Creek Dam. This includes visual inspections, sediment removal, and step drawdown pumping tests on relief wells. A key requirement, clarified by Amendment 0001, is to perform a new 4-step drawdown test on all 140 wells to calculate a new Specific Capacity (SC) value, which will then be compared against 2017 SC values to determine the Specific Capacity Ratio (SCR). If well efficiency falls below 80%, brushing and surging are required, followed by re-testing. Deliverables include a Work Plan, Draft and Final Relief Well Maintenance Pumping Reports, and Draft and Final Project Files Reports.
Contract Details
This is a Combined Synopsis/Solicitation (RFP) issued under FAR Subpart 12.6 and FAR Part 13, utilizing simplified acquisition procedures. The contract will be a Firm Fixed Price arrangement. The period of performance for all items is from March 2, 2026, to March 1, 2027.
Key Requirements & Special Conditions
Contractor personnel must meet eligibility for military installation access. Work must comply with EM 385-1-1 for the Accident Prevention Plan, and a water discharge permit from the State of Alaska Department of Natural Resources is required. Coordination with other on-site contractors is essential. Specific equipment, such as a Wilo SPI 10.1200-1S.300 submersible pump or similar, is specified. Bidders must also adhere to the U.S. Department of Labor Wage Determination (No. 2015-5683, Revision No. 25) for minimum wage rates and fringe benefits.
Submission & Evaluation
Proposals will be evaluated based on Lowest Price Technically Acceptable (LPTA) criteria. Evaluation factors include Specialized Experience, Procedure & Technical Approach, Proposed Equipment, and Price. Proposals receiving an "Unacceptable" rating on any Volume 1 Technical Factor will be excluded from award.
Important Dates & Contact
The proposal due date has been extended to February 5, 2026, at 10:00 AM Alaska Standard Time. Questions were due by January 16, 2026, and Q&As have been provided in Amendment 0001. For inquiries, contact Travis Tofi at travis.tofi@usace.army.mil or 907-753-2714. The solicitation number is W911KB26RA025.