SOURCES SOUGHT
Z -- Dworshak Powerhouse Roof Replacement
- Notice Date
- 12/9/2025 4:10:45 PM
- Notice Type
- Sources Sought
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT WALLA WAL WALLA WALLA WA 99362-1876 USA
- ZIP Code
- 99362-1876
- Solicitation Number
- W912EF26RSS05
- Response Due
- 1/7/2026 3:00:00 PM
- Archive Date
- 01/22/2026
- Point of Contact
- Preston Jones, Phone: 5095277206, Jani C Long, Phone: 5095277209, Fax: 5095277802
- E-Mail Address
-
Preston.E.Jones@usace.army.mil, jani.c.long@usace.army.mil
(Preston.E.Jones@usace.army.mil, jani.c.long@usace.army.mil)
- Description
- Dworshak Powerhouse Roof Replacement Sources Sought Notice: W912EF26RSS05 The US Army Corps of Engineers, Walla Walla District is seeking interested business sources for a construction project entitled: Dworshak Dam Powerhouse Roof Replacement. The work is located at Dworshak Dam in Ahsahka, Idaho, along the Clearwater River north fork near Orofino, ID. This will be a firm-fixed-price construction contract. The projected magnitude of construction for this project is between $5,000,000 and $10,000,000. 100% performance and payment bonds will be required. The expected period of performance will be approximately 300 days in duration for the removal and installation of roofing over the powerhouse (roof A), engineering office (roof B), elevator and stair penthouse (roof C), and circuit breaker gallery and entry (roofs D & E) at Dworshak Dam. The government expects to award a contract in January 2027, with an approximate on-site installation work window of May 2027 through November 2027. The North American Industry Classification System (NAICS) code for this project is 238160 � Roofing Contractors and the associated small business size standard is $19.0 million. This sources sought notice is a tool to identify businesses with the capability to accomplish the work. This is not a solicitation. Responses to this sources sought notice should include the following information: A list of no more than five (5), project examples that were completed in the last 10 years which demonstrate experience in removing and installation roofing material as listed in the Summary Scope of Work. If any of the experience is that of a subcontractor, please specify that information in your response. For each project submitted, provide a brief narrative statement of the work involved, how it relates to the described herein and your firm�s role in the project, the dollar value, and the completion date. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. Provide a statement of your firm�s business size status (HUBZone, Service Disabled Veteran Owned, 8(a), small disadvantaged, or woman-owned) with regards to the NAICS code listed above. Provide the percentage of work you (as the prime) intend to perform. If you intend to subcontract a major portion of the work (defined as at least 20% of the work), please include this information in your response. Provide a statement that your firm intends to submit an offer on the project when it is advertised. Provide a statement of your firm�s bonding capacity. A statement from your surety is NOT required. CAGE Code and UEI number. This sources sought notice is for market research and planning purposes only and is not to be construed as a commitment by the Government to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader's responsibility to monitor the Government Point of Entry (GPE) via sam.gov. Contract Opportunities for any resultant or future solicitation package(s) that may be issued. Submit this information to Preston Jones, Contract Specialist, via email to Preston.E.Jones@usace.army.mil and Jani Long, Contracting Officer, at Jani.C.Long@usace.army.mil. Your response to this notice must be received on or before 3:00 PM PST on January 7, 2026. Summary of Scope of Work: Dworshak Dam The powerhouse construction was completed in 1975 and includes five low-sloped roof areas totaling approximately 26,200 square feet. The existing single-ply membrane is a 50-mil reinforced acrylonitrile butadiene rubber (NBD) membrane installed over rigid insulation board and vapor retarder. Two roof areas have concrete roof deck, and three roof areas have metal roof deck. The structural integrity of the metal decks appeared sound by visual inspection while walking on the roof and examination from below. Two roof areas have high voltage electrical equipment that requires all work in those areas to be completed within a predetermined outage period. Additionally, one roof area has a portion of the roof that has microwave telecommunication equipment that requires all work in that area to be completed within two contractor coordinated outage periods. The scope of the work is to provide a durable waterproofing system for the Dworshak powerhouse and ancillary roofs. This will be achieved by removing the existing roofing system in its entirety down to the structural roof decks, followed by the installation of a new fully adhered roofing assembly to include gypsum roof sheathing, a vapor retarder, polyisocyanurate foam roof insulation, cover board, and 90-mil EPDM membrane. A 2-year installer warranty and a 30-year manufacturer warranty are required. Fall protection guardrails constructed from fiber-reinforced plastic (FRP) will be installed to the parapet walls of the powerhouse and elevator penthouse roofs to ensure a safe work environment for maintenance personnel conducting preventative maintenance activities on the roofs. Fabricated metal stairs will be installed to replace existing ladder access to two roof areas. The mechanical air conditioning unit for the elevator machine room will be replaced with a new split heat pump system with indoor air handler and outdoor condenser unit. Roof parapet heights above the parking lot/roadway range from 36 feet high to 75 feet high. Cranes and/or telescopic boom lifts will be necessary to deliver material on to the roof surfaces. High voltage equipment and overhead transmission lines will limit placement and reach of equipment. Demolished materials may be removed using cranes, telescopic boom lifts, or debris chutes. All on-site work shall be performed in accordance with the Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). Establish and manage an effective on-site Safety and Health program in accordance with EM 385-1-1 that will require the development and submission of a comprehensive project specific Accident Prevention Plan for Government acceptance. In addition, develop and submit for Government acceptance Activity Hazard Analyses for each phase of work and a project specific Fall Protection Plan that comply with EM 385-1-1. A Site Safety and Health Officer (SSHO) employed by the prime contractor is required for each shift of the contractor's on-site operations. The SSHO shall possess a minimum of 5-years� experience in construction safety on similar projects, shall have completed the 30-Hour OSHA Construction Safety training within the last 5 years, and shall have completed at least 24 hours of safety training from accredited safety training sources each year for the past 5 years. Establish and manage an effective Contractor Quality Control (CQC) System that will require the development and submission of a comprehensive project specific CQC Plan for Government acceptance. A CQC System Manager employed by the prime contractor is required to be on-site for each shift of the Contractor's operations. The CQC System Manager must possess a minimum of 5 years relevant experience in a supervisory or management position such as Quality Control Manager, Quality Assurance Manager, or Construction Manager directly involved in the management of construction quality at the project site. In addition, the CQC System Manager shall have completed the course entitled �Construction Quality Management for Contractors� within the last 5 years. Use the Government-furnished Resident Management System (RMS) � Contractor Mode to record, maintain, and submit various information throughout the contract period. RMS is a Windows-based program capable of operating on a stand-alone personal computer or on a network. The Government will make the quality control system (QCS) software available to the Contractor at time of notice to proceed. The project involves the development and management of Contractor furnished submittals for items such as pre-construction plans, product data, test reports, and contract close-out documentation as required by the technical specifications of the contract. Miscellaneous work within the project includes the delivery of As-Built Drawings, O&M Manuals, Contractor- Prepared Shop Drawings, and spare parts to the customer. Contracting Office Address: Attn: CECT-NWW / 201 North 3rd Avenue / Walla Walla, Washington 99362-1876 Place of Performance: USACE � Dworshak Dam, Ahsahka, Idaho
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9837957fd1db49ce8ce245332e7626cf/view)
- Place of Performance
- Address: ID 83520, USA
- Zip Code: 83520
- Country: USA
- Zip Code: 83520
- Record
- SN07661407-F 20251211/251209230047 (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 |