Dam Valve Replacement/Repair for the Hoosier National Forest
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 USDA Forest Service is soliciting proposals for Dam Valve Replacement/Repair for the Hoosier National Forest in Bristow, IN. This Total Small Business Set-Aside opportunity involves maintenance needs for three earthen dams. Proposals are due April 17, 2026, at 10:00 A.M. EST.
Scope of Work
The project requires the replacement of dam valve assemblies at Celina Lake and Saddle Lake dams, and the repair of the dam valve assembly at the U-38 dam. All three dams are located on the Tell City Ranger District of the Hoosier National Forest. The work involves specific Hydro Gate components for Celina and Saddle Lake, and re-securing a valve lift-stem system at U-38. All work within the inlet structures is considered a permit-required confined space, requiring certified personnel adhering to OSHA 29 CFR 1910 regulations. As-built drawings for valve structures are available upon request, and access keys will be provided.
Contract & Timeline
- Type: Firm Fixed-Price Contract
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 237990 ($45.0M size standard)
- Period of Performance: Anticipated 365 days from award, accommodating material lead times. Original period was 04/01/2026 - 09/01/2026.
- Proposal Due: April 17, 2026, at 10:00 A.M. EST (extended from March 20, 2026)
- Published: March 23, 2026
Evaluation
Proposals will be evaluated based on: Technical Capability, Past Performance, Management Plan, and Cost/Price, in descending order of importance. The government intends to make an award based on the best value. Offerors must have an active SAM registration.
Key Clarifications & Updates
An amendment extended the offer due date. Previous Q&A documents clarified that as-built drawings are available, but field verification is the bidder's responsibility. Site visits were scheduled, and contractors are responsible for lake drawdown. Operational details, such as working hours (6 am to 6 pm, M-F) and the requirement for a qualified confined space rescue team, have been provided. Material lead times (180 days) are accommodated within the contract duration.