TDA - JDA - Tainter Valve Repair/Rehab
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 Portland District is conducting Sources Sought / Market Research to identify qualified firms for the repair and rehabilitation of Tainter Valves at The Dalles Lock and Dam (TDA) and John Day Lock and Dam (JDA). This is for informational purposes only and is not a solicitation. Responses are due May 14, 2026.
Purpose & Overview
This notice aims to gauge industry interest, capabilities, and qualifications for a potential Firm-Fixed Price Construction Contract. The project involves addressing significant structural issues, including weld cracking, cavitation damage, and corrosion, on at least one Tainter Valve at TDA and two at JDA. The scope includes removal, transport, repair in a fabrication shop, and reinstallation, along with as-built dimensional control surveys.
Scope of Work
- Comprehensive rehabilitation of Tainter valves, including repair of cracks, corrosion, and cavitation damage on skin plates, girders, and structural members.
- Replacement of valve seals, seal plates, and hardware.
- Installation of new armor plate sections and potential modification of existing valve structures for dimensional compliance.
- Replacement and machining of oversized self-lubricating bushings.
- Coordination for removal, transport, and reinstallation within active Navigation Locks.
Key Requirements
- Structural welds must conform to AWS D1.1 standards.
- Fabricator must be AISC certified (Category CBR, IBR, ABR, or HYD with FCE) and possess 5 years of experience on similar projects.
- Cybersecurity Maturity Model Certification (CMMC) Level 1 (Self) will be required for contractors/subcontractors handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI).
Contract Details
- Anticipated Contract Type: Firm-Fixed Price Construction Contract, likely via Invitation for Bid (IFB).
- Estimated Magnitude: $1,000,000.00 to $5,000,000.00.
- Anticipated Schedule: Advertise by June 2026, Award by September 2026. Delivery for the first repaired valve (JDA TV3) is NTP + 6 months, with contract completion by NTP + 7 months.
Submission & Eligibility
- Response Due Date: May 14, 2026, at 3:00 pm PDT.
- Submission: Email responses (limited to six pages) to Justin.F.Figueredo@usace.army.mil and Andrew.J.Sprys@usace.army.mil with the subject line:
Sources Sought – W9127N26SSR30072. - Set-Aside: The Government is seeking responses from large and small businesses, including Small Disadvantaged Businesses (8(a)), HUBZone, Woman-Owned Small Business (WOSB/EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Veteran Owned Small Business (VOSB). Maximum small business participation is sought.
- Interested firms must be registered in SAM.gov.
Important Notes
This notice does not obligate the Government to award a contract, nor will costs for providing information be reimbursed. The information gathered will be used for market research and planning purposes.