SOLICITATION NOTICE
Z -- Z--DK Heart Butte Dam Safety Modification
- Notice Date
- 2/26/2026 12:30:36 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- GREAT PLAINS REGIONAL OFFICE BILLINGS MT 59101 USA
- ZIP Code
- 59101
- Solicitation Number
- 140R6026R0004
- Response Due
- 3/31/2026 4:00:00 PM
- Archive Date
- 02/29/2028
- Point of Contact
- Stephens, Travis, Phone: 4062477812
- E-Mail Address
-
TJStephens@usbr.gov
(TJStephens@usbr.gov)
- Description
- DK Heart Butte Dam Safety Modification PRE - SOLICITATION NOTICE 140R6026R0004 The Bureau of Reclamation (hereinafter referred to as Reclamation) Missouri Basin Regional Office intends to solicit a Request for Proposals (RFP) on or around April 10, 2026, as described in this Pre-Solicitation Notice. The RFP will be issued via the Sam.Gov web page at https://sam.gov Reclamation Dakotas Area Office (DKAO) has a need for a comprehensive suite of civil, geotechnical, and structural construction activities designed to enhance the long-term safety, stability, and performance of the Heart Butte dam infrastructure as described below. The solicitation will be issued under full and open competition. In accordance with FAR 15.201 Exchanges with Industry Before Receipt of Proposals, the Reclamation Missouri Basin Regional Office previously hosted an Industry Day Event for the Heart Butte Dam Safety of Dams Modification project located near Elgin, North Dakota. Please see special notice number DOIRFB0240024 on sam.gov for additional information regarding the industry day previously held in relation to this pre-solicitation notice. This procurement will utilize Far Part 15 procedures. The government intends to award a Firm Fixed Price purchase order to one contractor to accomplish this scope of work. Heart Butte Dam Safety Modification (HBSDM) Project Scope of Work The scope of work includes, but is not limited to, the following major components: 1. Dewatering and Unwatering Systems Design, installation, operation, and maintenance of temporary dewatering and unwatering systems to facilitate dry working conditions within the outlet works and adjacent excavation zones. Systems shall be capable of managing both surface water and groundwater inflows throughout all phases of construction. 2. Cofferdam Works Engineering design, construction, and subsequent removal of temporary cofferdams to isolate work areas from reservoir and tailwater influences. Cofferdams shall meet all applicable safety and hydraulic performance criteria and be coordinated with dewatering operations. 3. Foundation Void Remediation Injection grouting to fill and stabilize voids or discontinuities within the foundation materials, accessed from within the outlet works conduit. Grouting operations shall be performed using low-mobility or chemical grout, as specified, to ensure compatibility with existing geologic conditions. 4. Outlet Works Conduit Rehabilitation Selective demolition of deteriorated concrete sections using saw cutting and hydro-demolition techniques. Installation of temporary structural shoring to support conduit integrity during repair operations. Reinforcement repair and reconstruction of the conduit to restore structural capacity and hydraulic performance. 5. Jet Grouting Operations Execution of jet grouting from both interior and exterior access points of the outlet works conduit to improve ground strength and reduce permeability. Grouting shall be performed in accordance with engineered patterns and quality control protocols to ensure uniform treatment. 6. Embankment Excavation Controlled excavation of designated portions of the existing dam embankment to facilitate installation of new filter and drainage systems. Excavation shall be staged and supported to maintain embankment stability and minimize risk to existing structures. 7. Filter and Drainage System Construction Construction of a new sand filter trench to intercept and manage seepage flows. Installation of a zoned filter and drain system, including sand filter layers, gravel drainage zones, and protective berms, designed to meet modern dam safety standards. 8. Toe Drain System Installation Placement of high-density polyethylene (HDPE) toe-drain piping systems, including associated observation wells and cleanouts, to enhance seepage monitoring and control. All components shall be installed to specified grades and alignments to ensure long-term functionality. 9. Earth Retaining Structures Furnishing and installation of pre-fabricated earth retaining wall systems to support excavation faces and permanent embankment features. Retaining walls shall be designed for site-specific loading conditions and integrated with adjacent structures. 10. Outlet Conduit Joint Sealing Application of chemical grouting techniques to seal joints within the outlet works conduit, preventing internal leakage and mitigating potential piping pathways. Please see Attachment #1 (00 00 01_Specifications_2.23.26) for a copy of the current Reclamation specifications for more information. The government intends to award a Firm Fixed Price contract for the forthcoming solicitation with discussions. The government is seeking a waiver from the requirements for the implementation of a Project Labor Agreement (PLA). Working hours are anticipated to be 24 hours a day for 6 days a week. The government is requesting responses to this pre-solicitation announcement no later than March 31, 2026 at 1700MT. Please send all correspondence related to this pre-solicitation announcement to Mitchell Frost at mfrost@usbr.gov. It is incumbent upon contractors to monitor the Sam.Gov for RFP release and all subsequent amendments, if applicable. Effective October 26, 2018, all contractors interested in doing business with the Federal Government must be registered in the System for Award Management (SAM) database when submitting an offer or quotation. Note: Registering in �SAM� does not constitute an automatic award of any contract or agreement to the registering contractor. SAM is centralized database for consolidating the Central Contractor Registration (CCR), the online Representation and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). Additionally, the contractors Unique Entity Identifier (UEI) is required for the SAM registration and annual confirmation requirements must be accomplished through the SAM website at https://www.sam.gov. For assistance with registering in SAM, contact the Federal Services Desk at 1-866-606-8220. Training videos are also available on the SAM.gov website under Learning Center; to help users understand the features and functionality of the site. Payment Requests for the anticipated contract must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform (IPP) system. The IPP website is located at https://www.ipp.gov. The contractor must use the IPP website to register access and submit requests for payment. Contractors may obtain assistance by contacting the IPP Production Helpdesk via e-mail ippgroup@bos.frb.org or phone 1-866-973-3131. If the contractor is unable to comply with the requirements to use IPP for invoice submission, the contractor must submit a waiver request in writing to the Contracting Officer with its proposal. The estimated price of this construction effort is more than $10,000,000. This pre-solicitation notice is not a RFP and does not in any way authorize vendors to incur costs on behalf of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0abbc6b3bb7940c8bc21dd37c12ec496/view)
- Record
- SN07728203-F 20260228/260226230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |