Garrison Spillway Chute Subdrain Inspection Garrison Dam, ND
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 U.S. Army Corps of Engineers (USACE), W071 ENDIST OMAHA, is soliciting proposals for Garrison Spillway Chute Subdrain Inspection services at Garrison Dam, Riverdale, ND. This Total Small Business Set-Aside opportunity involves the cleanout and camera inspection of various drain systems to assess their condition for dam safety. Proposals are due May 19, 2026.
Scope of Work
The project requires comprehensive cleanout and camera inspection services for the Garrison Dam's spillway subdrains, spillway adjacent box drains, spillway crest relief wells, and powerhouse under seepage drains. Key tasks include:
- Flushing, sediment measurement, camera inspection, and reporting for spillway subdrains (Rows 1-9), box drains, and crest relief wells.
- Construction of a temporary chute access staircase.
- "All Other Work" covering mobilization, de-mobilization, submittals, and meetings.
- An optional task for flushing, sediment measurement, camera inspection, and reporting for the powerplant drainage network. The work must adhere to USACE Engineer Manual 1110-2-2902 and specific performance standards.
Contract & Timeline
- Type: Solicitation (implied Firm Fixed Price based on pricing schedule).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 541990 ($20M size standard).
- Published Date: April 29, 2026.
- Offer Due Date: May 19, 2026, at 2:00 PM local time.
- Questions Due: May 11, 2026, at 2:00 PM Central Time.
- Site Visits:
- An initial site visit occurred on April 28, 2026.
- An additional site visit is scheduled for May 1, 2026, at 10:00 AM Central Time. Attendees for this visit must submit their name, email, and company to Nadine Catania and Karen Caskey by April 30, 2026, 3:00 PM Central Time.
- Period of Performance: 225 calendar days from award. Fieldwork is restricted between November 1 and April 15.
Evaluation Factors
Proposals will be evaluated based on three factors, with Factors 1 and 2 combined being approximately equal in importance to Factor 3:
- Factor 1 - Past Performance: Requires three references from the past five years, similar in scope, size, and complexity.
- Factor 2 - Work Plan: A project work plan (max 3 pages) including schedule, equipment list, and an example report page.
- Factor 3 - Price: Includes all costs for the PWS tasks and the optional task.
Key Amendments & Clauses
Amendment 01, issued April 29, 2026, introduced several changes:
- Added the second site visit on May 1, 2026, with updated attendee registration instructions.
- Modified FAR Clause 52.211-18 (Variation in Estimated Quantity) to clarify equitable adjustments for quantity variations exceeding 15%.
- Added FAR Clause 52.222-90 (Addressing DEI Discrimination by Federal Contractors), effective April 2026.
- Modified FAR Clause 52.211-11 (Liquidated Damages) to specify $483.00 per calendar day of delay.
Additional Notes
Bidders must review the provided reference drawings (Att 0002) and the Price Schedule (Att 0003). The Service Contract Act Wage Determination (Att 0004) for North Dakota counties is applicable. Special requirements include confined space access, comprehensive safety plans, and contractor-provided equipment. The Government will provide water, a sediment disposal area, and pre-work cleaning/marking.