Locks and Dams 2 & 3 Traveling Mooring Bitt System
ID: W912ES25SS0003Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers - St. Paul District, is seeking capability statements from firms interested in a proposed design-build contract for the Locks and Dams 2 & 3 Traveling Mooring Bitt System in Hastings, Minnesota. The project aims to design and construct a new tow haulage system to enhance the efficiency of upstream travel for 1200-foot-long tows through the 600-foot-long lock chambers, ensuring compatibility across both sites. This system is crucial for securing un-powered cuts of barges during navigation, and the work will include design, fabrication, and installation of the tow rail systems, with construction limited to the non-navigation season. Interested parties must submit their capability statements by email to Roberta Just at roberta.l.just@usace.army.mil by April 7, 2025, with a focus on relevant experience and qualifications as outlined in the notice.

    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Inland River Towboat
    Dept Of Defense
    The U.S. Army Corps of Engineers - St. Paul District is seeking to procure a commercial off-the-shelf (COTS) inland river towboat, either new or used (1990 or newer), to support operations on the Upper Mississippi River. The vessel must meet specific requirements, including a draft of no more than 8 ft 6 in, a power range of 1,200 to 3,000 BHP (with a preference for 1,800 - 2,000 for new builds), and accommodations for at least four crew members, including a head, shower, and galley area. This procurement is crucial for maintaining operational efficiency on the river, and the contract will be awarded based on the Best Value approach. Interested vendors must submit their offers through the PIEE Module, and for further inquiries, they can contact John Riederer at John.P.Riederer@usace.army.mil or call 651-290-5614.
    Sources Sought USACE MVK Mat Barge Modifications
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Vicksburg District, is conducting a sources sought notice for the modification of thirty-four (34) mat barges utilized for transporting articulated concrete mattresses. The project entails replacing existing C-channel runners on the barges with 6” x 14” rectangle tubing, requiring contractors to provide all necessary labor, equipment, and materials for the modifications. This procurement is critical for maintaining the operational efficiency of the barges, which measure 160’ long, 34’ wide, and 9.5’ tall, and is expected to commence in January 2026, with completion by June 30, 2026. Interested firms, particularly small and disadvantaged businesses, should submit their responses by 2:00 PM Central on December 19, 2025, to Javonta Roper at javonta.a.roper@usace.army.mil, with additional contacts provided for further inquiries.
    FY26 Duluth-Superior Maintenance Dredging (MD)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research through a Sources Sought notice for maintenance dredging services at the Duluth-Superior Harbor in Minnesota and Wisconsin. The project requires contractors to mobilize dredging equipment to perform mechanical dredging within designated areas of the harbor, with an estimated volume of dredged material ranging from 75,000 to 140,000 cubic yards, and depths of approximately 28 to 31 feet below Low Water Datum. This maintenance dredging is crucial for ensuring navigational safety and operational efficiency in the harbor, with the anticipated performance period set from June 15, 2026, to October 30, 2026. Interested parties must submit their responses, including a completed questionnaire detailing their capabilities and past project experience, to Contract Specialist Joseph Orlando and Contracting Officer Michelle Barr by 2:00 PM Eastern Time on January 5, 2026.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Repair AMSA / ECS - Arden Hills Army Reserve Center, Minnesota
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is conducting a market survey to identify small business concerns interested in a Design/Build project for the repair of the Area Maintenance Support Activity/Equipment Concentration Site (AMSA/ECS) vehicle maintenance facility at the Arden Hills Army Reserve Center in Minnesota. The project aims to repair failing facility components, extend the facility's economic life by 25 years, and modernize the maintenance capabilities for Army Reserve units, with an estimated contract duration of 900 calendar days and a cost range between $25 million and $100 million. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, must respond by December 16, 2025, at 2:00 PM EST, providing necessary documentation and experience related to similar projects. For further inquiries, contact Adam Brooks at adam.m.brooks@usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.
    3389 LCHD-ESS Special Notice - Draft Specification
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 2-2025, which involves the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge for dredging work in the Mississippi River Southwest Pass and potentially other areas. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. Bidders must comply with various certification processes, including registration with the System for Award Management (SAM), and adhere to environmental safety guidelines, with the contract awarded to the responsible lowest-priced bidder. Interested parties can contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further details, and the bid opening date will be announced in future amendments.