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 and Repair services at three earthen dams within the Hoosier National Forest in Bristow, IN. This opportunity is a Total Small Business Set-Aside and involves replacing valve assemblies at Celina Lake and Saddle Lake dams, and repairing the assembly at the U-38 dam. Offers are due by March 20, 2026, at 05:00 PM EST.
Scope of Work
The project addresses maintenance needs for valve operations at three earthen dams on the Tell City Ranger District. The scope includes:
- Replacement of dam valve assemblies at Celina Lake and Saddle Lake dams with Hydro Gate gates and CPS series lift assemblies (or approved alternatives).
- Repair of the dam valve assembly at the U-38 dam, specifically re-securing the valve lift-stem system.
- All work within inlet structures is considered a permit-required confined space, requiring certified personnel adhering to OSHA 29 CFR 1910 regulations.
- The project requires functional gate and lift assemblies allowing draw-down pipes to operate in fully open, closed, or intermediate positions.
Contract Details
- Contract Type: Combined Synopsis/Solicitation (RFQ), anticipated as a Firm Fixed-Price contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 237990 (Heavy and Civil Engineering Construction) with a $45.0 million size standard.
- Period of Performance: April 1, 2026 – September 1, 2026.
- Place of Performance: Hoosier National Forest, Bristow, IN.
Submission & Evaluation
- Offers Due: March 20, 2026, at 05:00 PM EST.
- Submission Method: Via email to Michael.Wheelock@usda.gov.
- Required Submissions: Technical proposal, price proposal, and contractor representations and certifications.
- Evaluation Factors (descending importance): Technical Capability, Past Performance, Management Plan, and Cost/Price. The government may perform a comparative evaluation to select the best value.
Key Clarifications & Notes
- Site Visits: Can be arranged on March 10th, 12th, or 13th.
- As-Built Drawings: Available for Celina and Saddle locations upon request; U-38 drawings are not available. Scanned hardcopies from the 1960s are very large files.
- Technical Questions: Must be submitted through the SAM.gov listed primary POC to ensure all interested parties receive answers.
- Lake Drawdown: The lake may be drawn down below the primary inlet elevation but will not be emptied.
- Wage Determination: Bidders must adhere to the Service Contract Act wage determinations for Indiana (Perry, Spencer Counties).
- Experience Questionnaire: Bidders must complete Form FS-6300-27 to demonstrate experience and capabilities.
People
Points of Contact
Jordan WheelockPRIMARY