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 23, 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 the Hoosier National Forest in Bristow, IN. This Total Small Business Set-Aside opportunity involves 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. Proposals are due by April 3, 2026, at 05:00 PM EST.
Scope of Work
The project addresses maintenance needs for three earthen dams with varying valve systems. The scope includes:
- Celina Lake Dam: Replacement of the existing gate and lift assembly with a Hydro Gate gate and CPS series lift assembly (or approved alternative). Specifics include 20"x20" slide gates for a 55 ft head.
- Saddle Lake Dam: Replacement of the existing gate and lift assembly with a Hydro Gate gate and CPS series lift assembly (or approved alternative). Specifics include 18"x18" slide gates for a 30 ft head.
- U-38 Dam: Re-securing the valve lift-stem system, which has become loose from the inlet structure wall. This involves a 12" Series 20 valve with a 120" extended handwheel operator. All work within inlet structures is considered a permit-required confined space, necessitating currently certified personnel adhering to OSHA 29 CFR 1910 regulations.
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 2026.
- Place of Performance: Hoosier National Forest, Bristow, IN 47515
- Primary Contact: Jordan Wheelock (Michael.Wheelock@usda.gov, 8122764730)
Submission & Evaluation
- Proposal Due Date: April 3, 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.
- Evaluation Factors (descending importance): Technical Capability, Past Performance, Management Plan, and Cost/Price. The government will conduct a comparative evaluation for best value.
- Eligibility: Offerors must have an active entity registration in SAM.gov.
Key Clarifications & Requirements
- As-Built Drawings: Available for Celina, Saddle, and U-38 dams upon request. Bidders are responsible for field verification of materials and conditions.
- Site Conditions: Lake drawdown is the contractor's responsibility, potentially below the primary inlet but not emptied. Ground conditions do not need to be dry for access, but contractors are responsible for repairing any damage to Forest Service property.
- Operational Details: No operational or outage restrictions on onsite work. Allowable working hours are 6 am to 6 pm, Monday-Friday, with extended hours requiring COR approval.
- Materials: Steel at Celina & U38 intake structures shall be replaced if not reusable or damaged. Embedded bolts shall be replaced if not reusable.
- Wage Determination: Attachment G provides the Register of Wage Determinations under the Service Contract Act for Perry and Spencer Counties, IN.
- Experience: Bidders must complete the Experience Questionnaire (Attachment C) to demonstrate qualifications.
People
Points of Contact
Jordan WheelockPRIMARY
Files
Versions
Version 6
Combined Synopsis/Solicitation
Posted: Mar 23, 2026
Version 5Viewing
Combined Synopsis/Solicitation
Posted: Mar 19, 2026
Version 4
Combined Synopsis/Solicitation
Posted: Mar 10, 2026
Version 3
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 3, 2026