St. Vincent Township - Noyes Levee Repair
ID: W912ES25BA007Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Noyes Levee in St. Vincent Township, Minnesota. The project entails the restoration of approximately 3,150 feet of levee, which includes tasks such as stripping topsoil, recompacting levee fill, seeding, and implementing erosion control measures, with a firm fixed-price contract valued between $1 million and $5 million. This initiative is crucial for enhancing flood protection and ensuring compliance with federal and state regulations regarding levee maintenance and environmental standards. Interested small businesses must submit sealed bids by June 12, 2025, and can contact Roberta L. Just at roberta.l.just@usace.army.mil or Jesse Onkka at Jesse.L.Onkka@usace.army.mil for further information.

    Files
    Title
    Posted
    The Noyes Levee Repair project in St. Vincent Township, Minnesota, aims to restore approximately 3,150 feet of levee damaged by spring flooding. The repair process involves stripping topsoil, debris, and damaged soil, followed by recompacting levee fill sourced from the existing vicinity. Key tasks include the placement of seeding and erosion control measures, restoration of the borrow pit, and cleaning existing culverts with televised inspections to identify any deficiencies. The specifications emphasize the use of materials with recycled content and strict environmental and safety protocols, prohibiting burning and mandating proper waste disposal methods. The payment structure includes full compensation for all required work, with specific job payment items such as culvert cleaning, erosion control, and turf maintenance structured around unit pricing. A detailed project schedule is mandated, incorporating milestones and coordination with local authorities, ensuring that all activities comply with governmental safety requirements. Additionally, strict regulations govern the handling of utilities, tree protection, and coordination with existing infrastructure to mitigate damage throughout the construction phases. This project represents the federal government’s dedication to effective disaster recovery and environmental stewardship while adhering to regulatory standards.
    The document details the submittals and procedural requirements for the Noyes Levee Repair project. It includes various forms and reports essential for project initiation and execution, such as accident prevention plans, environmental protection strategies, and compliance certificates. Key sections outline the need for preconstruction submittals covering safety, quality control, and environmental management. Various schedules, including the initial project schedule and periodic updates, alongside critical reports like monthly exposure reports and construction surveying plans, highlight contractor responsibilities. The document emphasizes the systematic approach to ensure regulatory compliance and effective project management. By requiring various certifications and inspections, it aims to mitigate risks associated with construction activities, ensuring public safety and environmental integrity throughout the project's lifecycle.
    The document outlines the repair plans for the Noyes Levee in Minnesota, detailing the necessary actions to restore a damaged area of the levee. Key components include work limits defined as 25 feet riverward and the landside toe, emphasizing the importance of verifying the damaged limits with the Contracting Officer (CO). The project involves constructing a temporary access ramp, protecting existing infrastructure such as gatewells and culverts, and cleaning and inspecting the culverts. The design includes specific elevations, detailing excavation and compacting requirements, along with seeding and erosion control measures. This structural repair plan adheres to the standard protocols outlined in the Typical Levee Repair Section, signifying compliance with federal guidelines. The document is critical for coordinating state and federal project funding and reflects a commitment to maintaining flood control infrastructure through careful planning and execution.
    The document outlines soil analysis results for the Noyes Levee Repair project in Noyes, MN, focusing on two test pits, which are critical for understanding the ground conditions prior to repairs. The drilling logs detail the depth, soil types, and composition from each test pit, where Test Pit 1 revealed predominantly fat clay with a high moisture content and a plasticity index indicating significant cohesion, while Test Pit 2 had a similar soil profile but with different moisture and plasticity values. The logs also provide location coordinates, drilling agency information, and the use of specific drilling equipment. The findings are essential for assessing soil stability and suitability for upcoming repairs, which fall under federal and local infrastructure improvement mandates. This data will inform construction methods, design considerations, and environmental assessments necessary for compliance with regulatory requirements.
    The document outlines the completion of the Noyes Levee Repairs, providing record as-built plans for the project. The primary objective was to restore and strengthen the levee infrastructure to enhance flood protection and mitigate risks associated with waterway management. Key components of the project included detailed construction drawings, specifications of materials used, and verification of work completed in accordance with federal and state guidelines. Supporting details highlight the project’s adherence to environmental standards and construction best practices, along with necessary inspections and approvals from relevant authorities. The document likely serves as a reference for federal and state agencies responsible for flood management, and may be utilized in future funding requests or assessments related to levee maintenance and improvements. This summary encapsulates the essence of the as-built plans for the Noyes Levee Repairs, emphasizing the project's importance in ensuring community safety and compliance with governmental regulations related to levee management and flood prevention strategies.
    The document outlines the Minnesota General Decision Number MN20250232, which pertains to wage determinations for construction projects classified as heavy and highway within specific counties in Minnesota. It emphasizes compliance with the Davis-Bacon Act, requiring contractors to pay specific minimum wage rates based on executive orders depending on contract initiation or renewal dates. For contracts starting on or after January 30, 2022, the minimum hourly wage is set at $17.75, while older contracts may adhere to a lower threshold of $13.30. It provides a detailed list of labor classifications, corresponding wage rates, and fringe benefits for various construction roles such as electricians, laborers, and equipment operators. Additionally, the document explains the appeals process for wage determinations, detailing the pathways for reconsideration and appeals if parties disagree with initial decisions. This summary highlights the main focus on labor costs and protections in government construction contracts, relevant under federal and state grant provisions.
    The St. Vincent Township Noyes Levee Repair project, overseen by the US Army Corps of Engineers, involves multiple contractual items targeted at restoring levee infrastructure. The project includes essential operations such as performance and payment bonds, culvert cleaning and inspection, temporary erosion control, turf maintenance, and levee fill enhancements. Key components also encompass borrow pit restoration, grubbing, and the establishment of temporary access ramps. Units are delineated with various price points for both initial quantities and those exceeding specified thresholds. The bid documents reflect diverse contractor estimates, indicating a range of pricing for each task, with total bids showing variations from individual contractors. The bid opening occurred on June 12, 2025, with multiple entries showcasing competitive offerings. Overall, the project signifies an effort to ensure flood protection through diligent levee maintenance and repair, underscoring governmental engagement in local infrastructure resilience and environmental stabilization initiatives.
    The document outlines a government solicitation (W912ES25BA007) for the repair of the Noyes Levee in St. Vincent Township, Minnesota, which is aimed at small businesses. The project involves repairing approximately 3,150 feet of levee, including topsoil stripping, re-compaction of fill, seeding, erosion controls, and inspection of existing culverts. The contract will be a firm fixed-price arrangement with an estimated value between $1,000,000 and $5,000,000, using NAICS code 237990 with a small business size standard of $45 million. The solicitation emphasizes compliance with specific clauses from the Federal Acquisition Regulation (FAR) regarding bid submission, site visits, and contractor responsibilities. Interested parties must submit sealed bids by May 20, 2025, and attend a public electronic bid opening. Additional requirements include obtaining performance and payment bonds and the submission of financial capability documentation upon request. The document reinforces the importance of thorough compliance with federal regulations and highlights the procedural requirements for potential contractors in addressing the levee repair project effectively.
    The federal solicitation outlines a firm fixed-price contract for the construction and repair of the Noyes Levee in St. Vincent Township, MN. The project will involve repairing approximately 3,150 feet of levee by stripping topsoil and damaged soil, reseeding, and erosion control measures. The procurement is fully set aside for small businesses, with an estimated value ranging from $1 million to $5 million, classified under NAICS code 237990. Contractors must provide performance and payment bonds, and their proposals are subject to various FAR clauses, including requirements for bid submission and inquiries. The sealed bid will be opened publicly on June 10, 2025, at 2:00 PM, with a pre-bid site visit scheduled for May 14, 2025. Contractors are required to adhere to standards for labor, safety, and material use, including compliance with the Buy American requirements. The document emphasizes the contractor's obligations for performance timelines, penalizes delays, and mandates specific qualifications and financial disclosures. This solicitation exemplifies the government's approach to securing construction services through competitive bidding, highlighting the focus on small businesses while ensuring regulatory compliance and project integrity.
    The document outlines a solicitation for a construction project focused on the repair of the Noyes Levee in St. Vincent Township, Minnesota. It aims to restore approximately 3,150 feet of levee by stripping damaged materials, recompacting soil, and installing erosion control measures. This procurement is exclusively set aside for small businesses, with a firm fixed-price contract valued between $1,000,000 and $5,000,000, governed by specific NAICS regulations. Interested contractors must submit sealed bids by the specified date and follow rigorous proposal guidelines and technical requirements, including furnishing performance and payment bonds. A pre-bid site visit is scheduled to facilitate potential bidders, and submissions should comply with federal acquisition regulations. The focus on small business participation underscores a commitment to supporting local economies while ensuring that the levee repairs meet essential safety and compliance standards. The document emphasizes the contractor's responsibilities, bid submission procedures, and clear timelines for project commencement and completion.
    The government solicitation W912ES25BA007 outlines a project for the repair of the Noyes Levee in St. Vincent Township, Minnesota. It involves the restoration of approximately 3,150 feet of levee, requiring topsoil stripping, debris removal, and re-compaction of materials. Key tasks include cleaning existing culverts, conducting televised inspections, and implementing erosion control measures. This contract is reserved exclusively for small businesses, with an estimated value between $1,000,000 and $5,000,000 and a fixed-price contract structure. Offers must be submitted by June 12, 2025, and a public bid opening is scheduled for June 20, 2025. The document contains specifications for bid submission, including requirements for bonds, acceptance timelines, and performance guidelines, emphasizing compliance with various federal regulations. Attention is drawn to the importance of fundamental criteria like experience, compliance with labor standards, and financial capability for bidders. This solicitation reflects the federal government’s commitment to infrastructure maintenance and small business support within public contracting processes.
    The St. Vincent Township Noyes Levee Repair solicitation, issued by the US Army Corps of Engineers, seeks bids for various levee repair projects, with a bid opening scheduled for June 12, 2025. The proposal includes several line items such as performance bonds, culvert cleaning and inspection, temporary erosion and sediment control, and levee fill, among others. Each item is delineated with a specified quantity, estimated unit price, and total cost, with bids from potential contractors presenting varied pricing. The total estimated project cost ranges up to approximately $2.6 million. The document contains bid evaluations from multiple contractors, ensuring transparency in the bidding process. The intent of the RFP is to facilitate necessary repairs to the levee to enhance structural integrity and compliance with safety regulations, thereby underscoring the commitment to maintaining local infrastructure and environmental protection. This project reflects federal funding initiatives aimed at addressing critical infrastructure needs at the state and local levels.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana
    Dept Of Defense
    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.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    FY26 anticipated levee 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 levee 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 activities, including earthen levee embankment enlargement and repair, seepage berm and cut-off construction, and installation of groundwater relief wells, primarily along the Mississippi River levee system. This initiative is part of a broader infrastructure improvement effort, with numerous projects already underway or proposed, emphasizing the importance of flood risk management in the region. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or secondary contact Jason M. Carlock at jason.m.carlock@usace.army.mil for further details.
    Sebewaing River South Levee Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the Sebewaing River South Levee Repairs project, which is designated as a total small business set-aside. The project involves mobilizing equipment to Sebewaing, Michigan, to perform essential repairs along the Sebewaing River and south levee, including clearing vegetation, installing steel sheet piles, earth anchors, and backfilling/grading with excavated materials reused onsite. This work is crucial for maintaining the integrity of the levee system, which plays a significant role in flood risk management. Interested contractors can reach out to Sally Artz at sally.artz@usace.army.mil or by phone at 313-226-2206 for further details regarding the solicitation.
    TENSAS PARISH, LOUISIANA, LEVEE ENLARGEMENT AND BERMS, ITEMS 393-R, FC/MR&T, WBMRL
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is seeking subcontracting opportunities for the Tensas Parish, Louisiana, Levee Enlargement and Berms project, specifically under Solicitation Number W912EE26RA003. This procurement is exclusively available to existing Mississippi River Levees (MRL) MATOC contract holders and involves the construction of seepage and stability berms, as well as levee enlargements, with an estimated contract value exceeding $10 million. The project is critical for enhancing flood protection and infrastructure resilience in the region. Interested subcontractors must submit their proposals by December 16, 2025, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further details.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 3-2025, which involves the construction and maintenance of a saltwater barrier sill along the Mississippi River. The project requires contractors to mobilize, perform dredging operations, and provide standby services, with an estimated construction magnitude between $10 million and $25 million, depending on available funding. This contract is crucial for environmental management and flood control in the region, ensuring the integrity of the river ecosystem. Interested bidders must register with the System for Award Management (SAM) and comply with various guidelines, including the Equal Opportunity clause, with bids evaluated based on price and compliance. For further information, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.