Closed Solicitation · DEPT OF DEFENSE
AI Summary
The U.S. Army Corps of Engineers is seeking firms for the design and construction of civil and structural work for the expansion of the Dworshak Dam Powerhouse. This sources sought notice is for market research purposes only, with a response deadline of September 30, 2025. Interested firms should be capable of handling significant construction projects valued between $100 million and $250 million.
10/2/2025 revised sources sought project summary section and changed attachment Att.A
See details below of changes.
_______________________________________________________
9/17/2025 Anticipated solicitation date added:
Anticipated solicitation is currently estimated for May 2028.
________________________________________________
9/11/2025 Correction of response date added/updated: An update was made to clarify the response date to 9/30/2025 from 10/30/2025 which was inadvertantly added in error. Please note the update with a final response date of 9/30/2025 as indicated in the description section.
__________________________________________________________________________
THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
This is for market research purposes only. As part of its market research the US Army Corps of Engineers (USACE), is issuing this sources sought to seek out interested firms capable of completing the work defined below. The Government may use the responses to this sources sought for information and planning purposes.
Responses are requested regardless of business size.
The North American Industry Classification System (NAICS) Code for this project is 237990 Other Heavy and Civil Engineering Construction and the associated small business size standard is $45,000,000. Estimated magnitude of construction is between $100,000,000 and $250,000,000. Performance and payment bonds will be required.
1. Project Summary
The U.S. Army Corps of Engineers (USACE), Walla Walla District intends to expand the generation capability of the Dworshak Dam Powerhouse by extending the existing powerhouse structure and installing an incremental fourth generating unit (Main Unit 4). Dworshak Dam is located on the Clearwater River in Ahsahka, ID, approximately 50 miles east of Lewiston, ID.
The scope of this sources sought solicitation pertains exclusively to design and construction of the project’s civil and structural work. This includes preparation and development of the site, powerhouse and tailrace substructure construction, and erection of a functional building envelope as part of the powerhouse extension.
The feedback provided by responses to this sources sought request will be used to inform the Government during the development of the civil/structural contract solicitation.
NOT included in this sources sought notice are the generator step-up transformer, turbine generator, hydraulic steel structures, and other ancillary equipment associated with the turbine generator. The government intends to solicit separate sources sought and procurements for these items.
2. Background
Construction of the existing powerhouse and installation of its three units was completed in 1973. Allowing for updates in technology and operation, Main Unit 4 is expected to be analogous to Main Unit 3, and they will operate concurrently. At 259MW, Main Unit 3 is currently the largest installed unit and provides approximately 56% of plant capacity. Main Unit 3 is a 192-inch diameter turbine runner and rotates at 128.6 rpm; the rated head is 560 ft. Owing to its size, Main Unit 3 is also the most important environmentally, providing temperature and total dissolved gas control for downstream flows. The original Dworshak design anticipated six units at full build-out. Bays 4-6 are currently empty down to bedrock (skeleton bays) with intake structure, penstocks embedded in the intake, and some of the discharge structure already constructed.
3. Existing Conditions, Constraints & Challenges
a. The Government intends to extend the configuration and design of the existing powerhouse for Main Unit 4.
b. Operation of the existing powerhouse and associated operations and maintenance activities will continue throughout all construction related to the addition of Main Unit 4. Contractor operations must minimize disruption to Government operations and personnel.
c. Disruption of the power generating capacity of existing units will not be allowed except during specific defined times when the units are out of use. These periods will be referred to as “outages.” Additional outages necessary for construction may be coordinated by the contractor, subject to Government approval.
d. The project site has very limited room for contractor operations and equipment staging adjacent to the powerhouse. Access to the powerhouse is currently through a single road which has minimal turnaround and parking spaces. Remote sites, either Government- or Contractor-provided, will likely be necessary for work crew parking, equipment staging, office trailers and tool storage.
e. Contractor means and methods including the construction of temporary in-water structures in the tailrace or necessary site development of the skeleton bays may be considered to reduce cost and schedule impact of site constraints.
f. An existing on-site rock quarry is available to the contractor for development and extraction of materials.
g. Should it prove advantageous to project cost and/or schedule by providing additional site access, an unmaintained roadbed from the dam’s original construction remains along the east bank of the North Fork Clearwater River between the town of Ahsahka and Dworshak Dam’s spillway.
h. Transportation and delivery routes for large or heavy equipment may be limited by the capacity of bridges and other public transportation infrastructure.
i. The work will occur adjacent to, over, or in water. Environmental controls will be critical to avoid oil spills and other impacts.
j. There may be other prime contractors on-site at the same time for other proposed procurements. Contractors will need to coordinate between other contractors and with the Government.
4. Scope Description
a. Design (potentially contractor-provided, as under design-build)
b. Construction (based on either government- or contractor-privided design)
5. Questions for Industry
a. General
b. Schedule and Workforce
6. Submission Instructions
Responses to this Sources Sought notice must be submitted electronically (via email) with SUBJECT: Sources Sought – W912EF25RSS40. Please email to Jani Long, Contracting Officer, at jani.c.long@usace.army.mil and LeAnne, Walling, Contract Specialist, at leanne.r.walling@usace.army.mil before 3:00 pm Pacific Standard time on 30 October 2025.
Interested parties’ responses to this Sources Sought/Request for Information shall include the following information in addition to responses to the questions above:
a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID.
b. Firm's business category and size: Large Business (include summary of small business participation metrics), Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Woman-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small business (SDVOSB) and at the subcontracting level, Veteran Owned Small Business (VOSB).
c. An explanation of the prime firm’s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed work outlined in the Project Scope.
d. A description of work that has been performed by the prime firm that is similar to scope described in Paragraph 1 and Paragraph 4 and was completed under similar constraints and challenges listed under Paragraph 2.
e. Project Examples (for Joint Ventures, please include projects completed by the Joint Venture if available):
f. Firm's Joint Venture information if applicable - existing and potential
g. Firm's Bonding Capability in the form of a letter from Surety
h. Firm's interest and the likelihood in bidding on a potential solicitation related to the scope described above, if advertised. (Refer to planned advertise and performance dates)
i. Responses to the government’s questions in paragraph 5 and any other information the Firm feels the government needs to be aware of.
7. Disclaimer and Important Notes
a. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain current for the duration of the source selection process to be eligible for award of a government contract.
8. Attachments
a. Att. A - DWR Unit 4 concept sketches ALTS 1-2 – 2025002
b. Att. B - Dworshak Photos - Existing site & historical construction
c. Att. C - Dworshak civil structural existing reference drawings
DWORSHAK UNIT 4 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.