MATOC Contractors Only - Repair for Covington Emergency Levee
ID: W912QR50146144Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for Multiple Award Task Order Contracts (MATOC) to undertake repairs on the Covington Emergency Levee in Kentucky. The project aims to address critical geological and geotechnical challenges, including slope stabilization and outlet repairs, to ensure the levee's integrity and protect approximately 6,600 residents from flooding risks. This initiative underscores the federal commitment to maintaining infrastructure resilience in vulnerable areas, with contractors required to adhere to Davis-Bacon Act labor standards and provide comprehensive safety documentation. Interested parties should contact Jennifer King at jennifer.l.king2@usace.army.mil or Matthew Judd at Matthew.p.judd@usace.army.mil for further details, with proposals due by the specified deadlines outlined in the solicitation documents.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers is issuing a Request for Proposal (RFP) for a multiple award task order contract focused on the repair of the emergency levee system in Covington, Kentucky, specifically addressing geological and geotechnical challenges. The document details the project framework, specifying that the required work includes design guidance for stabilizing the levee system, particularly around Gatewell 16, which has experienced ongoing instability and numerous historical slope failures. Key points include the geological condition of Covington, characterized by interbedded shales and limestone, with specific concerns about the artesian groundwater pressuring the levee's foundation. The report outlines past remedial actions taken since 1953, including various slope failures and corrective measures. It emphasizes the necessity for innovative stabilization solutions that account for ongoing movement and groundwater conditions while detailing the qualifications required from contractors. Moreover, the document establishes minimum safety factors, drainage measures, and compliance with existing regulations. The overarching goal is to ensure the levee's long-term functionality and safety against flooding, highlighting the critical relationship between past events and future engineering solutions. This RFP is indicative of the federal commitment to infrastructure integrity in vulnerable environments, seeking expertise to foster resilience against natural disasters.
    The document solicits proposals for multiple award task order contracts related to the Covington Emergency Levee Repair in Covington, Kentucky, under the U.S. Army Corps of Engineers (USACE). It focuses on construction design services for levee system remediation, highlighting previous design memorandums and ongoing stability issues. The report outlines a recent inspection of a sinkhole within the levee system, detailing its dimensions, the surrounding geological instability, and the condition of drainage infrastructure. It notes historical problems with slope stability and emphasizes the need for urgent monitoring and immediate stabilizing measures, followed by pipe repairs and potential long-term solutions. Recommendations for ongoing inspection methods and emergency action planning to manage risks associated with levee functionality are also included. This document underlines the importance of ensuring the structural integrity of the levee to protect approximately 6,600 residents in the area from flooding.
    This document presents a solicitation for Multiple Award Task Order Contracts (MATOC) focused on a construction project for emergency levee repairs in Covington, Kentucky, involving the Licking River levee. It outlines the design-build specifications for assessing and stabilizing a landslide affecting the levee. Various engineering reports detail subsurface conditions, including soil types and groundwater behavior, gathered through multiple test borings and analyses by Thelen Associates. Key findings indicate significant landsliding and instability at the site, stemming from geotechnical issues in the existing fill and glacial soils, with a critical need for remedial measures. Proposed solutions include a driven beam retention system based on soil arching techniques, emphasizing the requirement for further detailed analyses to ensure structural integrity and safety. The ultimate goal of these efforts is to stabilize the levee against future flood risks, ensuring long-term protection for the surrounding area. This RFP aligns with federal initiatives to maintain community safety and infrastructure resilience in flood-prone regions, showcasing the government's commitment to effective disaster response and civil engineering practices.
    The document outlines the solicitation for Multiple Award Task Order Contracts (MATOC) aimed at the Covington Emergency Levee Repair project in Kentucky. It specifies the project’s requirements including design and construction components for slope stabilization and outlet repair. The pricing structure involves a Price Breakout Schedule with specific line items for design and construction tasks. Key aspects of the project include removing existing pipes, constructing new outlet systems, and completing wall and site work, with a total cost evaluated based on the lowest bid. The document also incorporates labor standards under the Davis-Bacon Act, detailing applicable wage rates and conditions for workers, including requirements from Executive Orders. There are stipulations regarding submission protocols, timelines for project completion, and guidelines for contractor compliance with safety measures and documentation. Additionally, it discusses the importance of as-built documentation and proper signage for government projects, showcasing safety records and project identification. The purpose of this solicitation is to manage the repair of the levee effectively, ensuring adherence to federal standards, safety protocols, and efficient budgetary management.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. This project aims to enhance the safety and structural integrity of the dam, addressing critical geotechnical concerns identified in previous assessments, including internal erosion risks and geological instability. The initiative is vital for maintaining effective water management and flood control in the region, ensuring compliance with federal safety standards. Interested contractors must submit their proposals electronically by March 20, 2025, with an estimated contract value between $250 million and $500 million. For further inquiries, potential bidders can contact Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.
    MVD Levee Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to provide a range of engineering services, including design and consultation for various civil works projects, which are critical for infrastructure development and maintenance. Interested firms are encouraged to demonstrate their qualifications and past performance, as these will be key factors in the selection process. For further inquiries, potential applicants can contact Evan Cyran at evan.m.cyran@usace.army.mil or by phone at 410-962-6037, or Leigha Arnold at leigha.m.arnold@usace.army.mil or 443-749-2022.
    Rapid Disaster and Infrastructure (RDI) Construction/Response Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Omaha District, is seeking qualified contractors for the Rapid Disaster and Infrastructure (RDI) Construction/Response Multiple Award Task Order Contract (MATOC). This initiative aims to identify firms capable of executing time-sensitive construction and disaster assistance tasks that support federal agencies, including the Department of Defense and FEMA, with project values ranging from $1 million to $50 million. The contract will cover a variety of projects related to infrastructure, utilities, and emergency construction activities, reflecting the government's commitment to enhancing disaster response and infrastructure recovery capabilities. Interested firms are encouraged to submit their qualifications and relevant experience to Jennifer Gilbreath at jennifer.c.gilbreath@usace.army.mil or Tyler P. Hegge at tyler.hegge@usace.army.mil by the specified deadline, as this notice serves solely for market research and does not guarantee future contracts or solicitations.
    Buckhorn Tailwater Streamline Erosion
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
    MVD Stone Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Mississippi Valley Division, is announcing anticipated stone work requirements for Fiscal Year 2025, focusing on various construction and repair projects along the Mississippi River. The primary objectives include the construction and repair of dikes, revetments, chevrons, and other river training structures, as well as land-based construction activities such as bank grading and stone placement to prevent erosion and maintain structural integrity. This initiative is crucial for ensuring the stability of vital waterways while addressing environmental challenges, with projects categorized by contracting methods including multiple award task order contracts (MATOC) and single award task order contracts (SATOC). Interested parties can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or by phone at 601-634-5907 for further information, while project details and budgets are subject to change as designs are refined.
    Tensas Parish, LA, Point Pleasant-Yucatan, LA, Levee Enlargement and Berms, MRL Item 411-R, FC/MR&T, WBMRL
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the Levee Enlargement and Berms project located in Point Pleasant-Yucatan, Louisiana. This procurement involves construction services under the NAICS code 237990, specifically focusing on the construction of other non-building facilities, which is critical for flood risk management in the region. The project is set aside for total small business participation, emphasizing the government's commitment to supporting small enterprises in federal contracting. Interested parties can reach out to Amy L. Starks at amy.l.starks@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is seeking qualified small businesses for a Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) valued at up to $90 million. This contract will encompass design and construction services for various projects, including new construction, rehabilitation, and maintenance of both vertical and horizontal structures across the North Atlantic Division Area of Responsibility. Task orders are expected to range from $3 million to $10 million, with a contract ordering period of five years. Interested parties should note that this is a presolicitation notice, and the Request for Proposal (RFP) will be available in early February 2025; inquiries can be directed to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking bids for the construction of flood control projects in the Amite River and Comite River Basin, specifically the Comite River Diversion Project at the Bayou Baton Rouge Rock Chute in East Baton Rouge Parish, Louisiana. The project involves a range of construction activities, including the clearing and grubbing of land, the construction of diversion channels and pump stations, roadway modifications, and the installation of various infrastructure components, with an estimated contract value between $25 million and $100 million. This initiative is crucial for enhancing flood management and infrastructure resilience in the region, ensuring compliance with federal and state regulations throughout the construction process. Interested contractors must register with the System for Award Management (SAM) and submit their bids by February 6, 2025, with inquiries directed to Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or by phone at 504-862-2466.
    Barren River Lake Hydraulic Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. This project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, with a focus on maintaining operational integrity during repairs and adhering to strict safety and environmental regulations. The work is essential for ensuring the reliability of infrastructure and operational systems, with a performance period of 120 days commencing 14 days after the Notice to Proceed. Interested small businesses must submit sealed bids by 10:00 AM on February 21, 2025, with an estimated project cost between $100,000 and $250,000. For further inquiries, contact Kelly Duggins at Kelly.S.Duggins@usace.army.mil or call 502-315-6013.