Dam Valve Replacement/Repair for the Hoosier National Forest
SOL #: 12444526Q0013Combined Synopsis/Solicitation
Overview
Buyer
Agriculture
Forest Service
USDA-FS, CSA EAST 6
Atlanta, GA, 303092449, United States
Place of Performance
Bristow, IN
NAICS
Other Heavy and Civil Engineering Construction (237990)
PSC
Valves, Powered (4810)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Mar 3, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Apr 3, 2026, 9:00 PM
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 USDA Forest Service is soliciting proposals for Dam Valve Replacement/Repair services for three earthen dams within the Hoosier National Forest, Tell City Ranger District, Indiana. This acquisition is a Total Small Business Set-Aside. Proposals are due by March 20, 2026, at 05:00 PM EST.
Scope of Work
This project addresses maintenance needs for valve operations at Celina Lake, Saddle Lake, and U-38 dams. The scope includes:
- Replacement of dam valve assemblies at Celina Lake and Saddle Lake dams. This involves removing existing systems and installing new stainless steel sluice gates with rising stem operator systems, specifically Hydro Gate gates and CPS series lift assemblies (or approved alternatives).
- Repair of the dam valve assembly at the U-38 dam, focusing on re-securing the valve lift-stem system. The work requires adherence to AWWA C561 standards, specific material grades (e.g., stainless steel for gates), and performance standards like leakage requirements (not to exceed 0.05 GPM).
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 237990 (Small Business Size Standard: $45.0M)
- Period of Performance: 365 days from award, accommodating material lead times. Award is anticipated in April.
- Place of Performance: Celina Lake, Saddle Lake, and U-38 dams within the Hoosier National Forest, Bristow, IN 47515.
Submission & Evaluation
- Proposals Due: March 20, 2026, at 05:00 PM EST.
- Submission Method: Email to Michael.Wheelock@usda.gov.
- Required Submissions: Technical proposal, price proposal, and contractor representations and certifications. Bidders must also complete an Experience Questionnaire (FS-6300-27).
- Evaluation Factors (descending importance): Technical Capability, Past Performance, Management Plan, and Cost/Price. The government will perform a comparative evaluation for best value.
- Eligibility: Offerors must have an active entity registration in SAM. Specific workforce certifications (MSPA, FLC, H-2B) are detailed.
Key Clarifications & Requirements
- Confined Space Entry: All work within inlet structures is considered permit-required confined space. Personnel must be currently confined space certified and adhere to OSHA 29 CFR 1910 regulations. A qualified confined space rescue team is required.
- Site Visit: A site visit was scheduled for March 12th at the Saddle Lake dam. Interested contractors must email Joseph.Neukam@usda.gov to schedule.
- Drawdown: The contractor is responsible for the actual lake drawdown action to specified elevations. The lake may be drawn down below the primary inlet elevation but will not be emptied.
- Working Hours: Allowable working hours are 6 am to 6 pm, Monday-Friday; extended hours require COR approval.
- Documentation: As-built drawings for valve structures are available upon request. Attachment A has been revised to remove references to Indian and Tipsaw Dams.
- Wage Determination: The Service Contract Act Wage Determination for Perry and Spencer counties, IN, applies.
Contact Information
- Primary Point of Contact: Jordan Wheelock (Michael.Wheelock@usda.gov, 812-276-4730).
People
Points of Contact
Jordan WheelockPRIMARY