CRAINS ISLAND HABITAT RESTORATION AND ENHANCEMENT PROJECT (HREP) STAGE 3
ID: W912P925B0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST LOUISSAINT LOUIS, MO, 63103-2833, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER CONSERVATION AND DEVELOPMENT FACILITIES (Y1KZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers, St. Louis District, is seeking a qualified firm for the Crains Island Habitat Restoration and Enhancement Project (HREP) Stage 3, which involves the construction of a side channel restoration. This project includes tasks such as excavations, embankments, and the placement of excavated materials in off-channel river locations, aimed at enhancing local habitats. The procurement is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5), emphasizing the importance of supporting small enterprises in federal contracting. Interested parties can contact Michelle Person at michelle.r.person@usace.army.mil or 314-331-8506, or Whitney Dee at whitney.r.dee@usace.army.mil or 314-331-8621 for further details.

    Files
    No associated files provided.
    Similar Opportunities
    St. Louis District 2025 Cultural Resources Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking information from qualified firms regarding the provision of cultural resources services for the St. Louis District, specifically for the year 2025. This Sources Sought notice aims to gather insights to inform the acquisition strategy, contract type, and competition feasibility for a potential Indefinite Delivery Indefinite Quantity (IDIQ) Small Business Set-aside contract focused on cultural resources support. The services are critical for the curation and management of archaeological collections, ensuring compliance with federal regulations and preservation of cultural heritage. Interested parties are encouraged to reach out to Jessica Nies at jessica.l.nies@usace.army.mil or call 314-331-8482 for further details and to contribute their information by the specified deadlines.
    EMERGENCY STREAMBANK STABILIZATION VERMILION COUNTY, IL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Emergency Streambank Stabilization project in Vermilion County, Illinois, under Contract Number W912QR25BA005. The project aims to address erosion issues along the Middle Fork Vermillion River by implementing various construction activities, including the installation of erosion control measures such as riprap, site preparation, and managing runoff to prevent environmental contamination. This initiative is critical for maintaining infrastructure integrity and environmental stewardship, reflecting federal priorities in infrastructure resilience and compliance with regulatory standards. Interested small businesses must submit sealed offers by February 18, 2025, with an estimated construction cost between $1,000,000 and $5,000,000, and are encouraged to contact Adyson Medley at adyson.medley@usace.army.mil or Richard Vandeline at richard.vandelinde@usace.army.mil for further information.
    Hydrographic Surveying and Mapping Services for the U.S. Army Corps of Engineers
    Buyer not available
    The U.S. Army Corps of Engineers, under the Department of Defense, is seeking qualified small business firms to provide hydrographic surveying and mapping services through an indefinite delivery contract. The primary objective is to conduct automated hydrographic and topographic surveys to support maintenance dredging operations within the Vicksburg District and potentially across the Mississippi Valley Division. These services are critical for ensuring the effective management of waterways, including the Mississippi River and its tributaries, which are vital for navigation and flood control. Interested firms must submit their qualifications via SF 330 by February 19, 2025, at 14:00 CST, with a total contract capacity of $15 million over five years. For further inquiries, contact Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Chicago Harbor Shorearm Extension and Breakwater project in Chicago, Illinois. This construction project involves repairing existing breakwaters and extending the shore-arm to stabilize these structures, ensuring safe passage for vessels in and out of the harbor. The project is critical for maintaining the functionality of the harbor and is estimated to cost between $5 million and $10 million, with a completion timeline of less than 365 calendar days. Interested small businesses must register with sam.gov and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit bids. For further inquiries, contact Kyle Smith at kyle.d.smith@usace.army.mil or call 312-846-5370, and note that the virtual bid opening is scheduled for February 6, 2025.
    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.
    INVITATION FOR BID - Mississippi River Basin, Bay Island Drainage and Levee District No. 1, Mercer County, Illinois, 2023 Event PL84-99 Flood Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is inviting bids for flood repair work in the Bay Island Drainage and Levee District No. 1, Mercer County, Illinois, under Solicitation No. W912EK24B0007. This project, set aside exclusively for 100% Women-Owned Small Businesses, aims to restore levee integrity following flood damage, with an estimated cost range between $5 million and $10 million and a completion timeline of 366 calendar days from the notice to proceed. The procurement process emphasizes the importance of thorough site assessments and compliance with federal contracting standards, with key deadlines including a bid submission date of March 6, 2025, and a pre-bid site visit anticipated in early February. Interested contractors should direct inquiries to Christopher McCabe or Ryan R. Larrison via the provided email addresses.
    LOCK AND DAM 25 DOWNSTREAM APPROACH GUIDE CELL U.S. ARMY CORPS OF ENGINEERS, ST. LOUIS DISTRICT
    Buyer not available
    The U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for the construction of the Lock and Dam 25 Downstream Approach Guide Cell. This project involves significant civil engineering work, specifically under the NAICS code 237990, which pertains to other heavy and civil engineering construction. The guide cell is crucial for ensuring safe navigation and operational efficiency at the lock and dam facility. Interested contractors should note that Amendment 0001 has been issued, extending the bidder inquiry due date, providing a site visit sign-in sheet, updating wage determinations, and releasing contractor inquiries and government responses. For further information, potential bidders can contact Whitney Dee at whitney.r.dee@usace.army.mil or Catherine Hansen at catherine.a.hansen@usace.army.mil, with inquiries due by the specified deadlines.
    Charles Page Floodwall Erosion Repair
    Buyer not available
    The Department of Defense, through the Department of the Army's W076 Endist Tulsa office, is seeking contractors for the Charles Page Floodwall Erosion Repair project. This procurement aims to address erosion issues affecting the floodwall, which is critical for maintaining flood protection in the area. The project falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. Interested contractors can reach out to Justin Sawicki at justin.p.sawicki@usace.army.mil or call 931-637-8083 for further details.
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is soliciting proposals for the Cannelton Fixed Weir Repair project located at Cannelton Locks and Dam in Indiana. This opportunity is aimed at contractors with Indefinite Delivery Indefinite Quantity Contracts to provide construction services, with a cost range estimated between $250,000 and $500,000. The project is critical for maintaining infrastructure within the Great Lakes and Ohio River Division, ensuring the functionality and safety of the locks and dam system. Interested vendors must be registered in the SAM database and are encouraged to submit their price proposals, with inquiries directed to Joel Huberman at joel.huberman@usace.army.mil or by phone at 502-315-7409.
    Westshore Lake Pontchartrain, Bottomland Hardwood, U.S. Army Corps of Engineers, New Orleans District
    Buyer not available
    The U.S. Army Corps of Engineers, New Orleans District, is soliciting proposals for the acquisition of Bottomland Hardwood (BLH) mitigation bank credits to offset habitat losses associated with the West Shore Lake Pontchartrain Project in Louisiana. The procurement aims to secure up to 40.3 average annual habitat units (AAHUs) of LDNR-approved credits within the Lake Pontchartrain Basin watershed, emphasizing compliance with federal environmental regulations and the engagement of qualified small businesses. Proposals must be submitted by February 14, 2025, and include necessary documentation such as a completed SF 1449 form and pricing schedules. Interested parties should direct inquiries to Evan Woitha at evan.g.woitha@usace.army.mil or Christopher Nuccio at christopher.nuccio@usace.army.mil, with questions due by January 29, 2025.