Closed Solicitation · DEPT OF DEFENSE
AI Summary
The U.S. Army Corps of Engineers is soliciting bids for a de-water maintenance by-pass at Orwell Dam in Fergus Falls, MN. The project requires contractors to provide a by-pass flow system capable of maintaining a minimum flow of 80 cubic feet per second during dewatering operations. Work is scheduled to begin after September 2, 2025, with the system operational by September 15, 2025, and removal completed by September 26, 2025. Interested bidders must ensure compliance with all specified requirements and timelines.
SCOPE OF WORK – Orwell Dam By-pass Flow (A related notice of W912ES25QA005)
1. Project Description
The Saint Paul District of the U.S. Army Corps of Engineers (USACE) has issued this solicitation for by-pass services at Orwell Dam near Fergus Falls, MN. The USACE operates Orwell Dam for flood risk management, water supply, fish and wildlife management, water quality, and recreation. This contract is to supply necessary services and equipment to provide an operational 80 cubic feet per second (cfs) by-pass flow from pool to the tailwater around the dam control structure during its dewatering. The by-pass system will ensure a minimal flow downstream and to facilitate a successful dewatering inspection and if needed repairs to the stilling basin.
The Contractor is responsible for supplying, installing, an operational complete by-pass flow system with a minimum flow of 80cfs. The by-pass system shall include the minimum number of pumps to provide a minimum flow of 80cfs throughout the dewatering. The Contractor shall provide all pumps, generators, piping, transportation of equipment to and from the site, labor associated with the setup, and all costs related to by-pass operations, fuel and maintenance.
All work will occur at Orwell Dam near Fergus Falls, MN, and may commence after September 2, 2025, Monday to Friday, between 0800-1700, excluding Federal Holidays. The by-pass system must be operational no later than 8:00am on September 15, 2025 and run continuously until 3pm on September 19, 2025. Should the contractor run into mechanical issues flow must be restored in less than six hours. If the issue cannot be restored within a six-hour time frame the Contractor shall immediately notify the Contracting Officer. The by-pass system removal can start after September 22, 2025, between 0800-1700, and shall be completed by September 26, 2025.
2. Project Scope Statement
The following are project requirements:
Pumps: The Contractor shall supply operational submersible pumps capable of minimal flow of 80cfs. If the contractor choses to place the pumps on the bottom of the control structure slab it will result in approximately a minimum of 15ft of water. The distance from the bottom of the control structure to the top of the dam is approximately 43ft. See Figure 1 for cross-section. Use of pumps in floating baskets is allowable.
Location: Staging and setup shall be on the north side of the dam. The exact placement of pumps, generator, and piping shall be coordinated with the Government to avoid hindering dewatering operations, bulkhead installation, and surrounding dam instrumentation. Reference to Government-provided drawings should be made.
3. The Base of Scope of Work
The Contractor shall set up the by-pass system around the concrete control structure. The upstream pool is accessible from the top of the embankment dam (elevation: 1080) on the north side and pumps can be placed on the upstream concrete control structure slab (elevation: 1037). The Contractor shall install the pumps, generator, and piping for a minimum constant flow of 80cfs. The Contractor shall provide a suitable crane and all necessary equipment for setting up pumping operations, including piping lines. The Contractor shall utilize a generator as a power source since availability at the site is not guaranteed.
The Government will coordinate with the Contractor regarding pump and piping locations to ensure correct placement without obstructing bulkhead installation and not impact instrumentation that is located.
4. Environmental Protection:
Environmental protection is the prevention/control of pollution and habitat disruption that may occur to the environment during construction. The control of environmental pollution and damage requires consideration of land, water, and air; biological and cultural resources; and includes management of visual aesthetics; noise; solid, chemical, gaseous, and liquid waste; radiant energy and radioactive material as well as other pollutants.
5. Submittals:
Listed below are the required submittals. All submittals are required to be approved by Contracting Officer prior to any work or mobilization to the site.
AHAs shall define the activities being performed and identify the work sequences, the specific anticipated hazards, site conditions, equipment, materials, and the control measures to be implemented to eliminate or reduce each hazard to an acceptable level of risk.
The AHA shall be reviewed and modified as necessary to address changing site conditions, operations, or change of competent/qualified person(s). The ENG Form 6206, Activity Hazard Analysis (AHA) is included. While not mandatory for use, the ENG Form 6206 is the recommended format.
6. Site Visit:
A site visit for potential offerors is available. To request a site visit please contact Karl Just at karl.p.just@usace.army.mil or 651-290-5768
Post-award the contractor shall schedule at least 1 site visit prior to installation to observe site conditions.
7. References:
Government provided drawings and past photos.
Site Location:
USACE
Orwell Dam
14780 Orwell Road
Fergus Falls, MN 56537
DE-WATER MAINTENANCE BY-PASS AT ORWELL DAM, MN is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.