SOURCES SOUGHT
99 -- Heart Butte Dam Safety of Dams Modification
- Notice Date
- 12/18/2025 11:07:34 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- GREAT PLAINS REGIONAL OFFICE BILLINGS MT 59101 USA
- ZIP Code
- 59101
- Solicitation Number
- DOIRFBO260003
- Response Due
- 1/4/2026 2:00:00 PM
- Archive Date
- 01/01/2027
- Point of Contact
- Stephens, Travis, Phone: 0000000000
- E-Mail Address
-
tjstephens@usbr.gov
(tjstephens@usbr.gov)
- Description
- Heart Butte Dam Modification Sources Sought Notice December 18, 2025 This announcement is being used for market research and advanced planning purposes. Proposals are not requested and will not be accepted from this Sources Sought Notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND A CONTRACT WILL NOT BE AWARDED AS A RESULT OF THIS NOTICE. In accordance with FAR 15.201 Exchanges with Industry Before Receipt of Proposals, the United States Bureau of Reclamation (Reclamation), Missouri Basin Regional Office, previously hosted an Industry Day Event for the Heart Butte Dam Safety of Dams Modification (HBSDM) 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 Sources Sought notice. Heart Butte Dam Safety Modification (HBSDM) Project � Scope of Work The Heart Butte Dam Safety Modification project encompasses a comprehensive suite of civil, geotechnical, and structural construction activities designed to enhance the long-term safety, stability, and performance of the dam infrastructure. 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. This scope of work is intended to address critical dam safety concerns through a combination of structural rehabilitation, seepage control, and foundation improvement measures. All work shall be executed in accordance with applicable federal, state, and local regulations, as well as project-specific technical specifications and quality assurance requirements. The government intends on awarding a Firm Fixed Price contract with a period of performance of approximately December 31, 2026, to June 30, 2030, or 1,277 calendar days. The Government is seeking interest from large businesses, 8(a) and small businesses, small-disadvantaged businesses, woman-owned small businesses, HubZone small businesses and/or service-disabled veteran owned small business concerns who have the specialized knowledge, experience, and resources necessary to successfully complete a project of this size, scope, and complexity. The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction with a business size standard of $45.0 million. The Government will not reimburse any costs associated with responding to this Sources Sought Notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not be bound by this information if a solicitation is issued. Responses to this Sources Sought notice may include capability statements, past performance information, and any additional details that respondents believe demonstrate their company's capacity to undertake the size, scope, complexity, and magnitude of this effort. All responses should be submitted to Contracting Officer Mitchell Frost at mfrost@usbr.gov by 1700 EST on January 4, 2026.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/875bddaf44b940db8b8f19d801641438/view)
- Record
- SN07670738-F 20251220/251218230044 (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 |