Chicago Harbor Lock Control Stands Rehab
ID: W912P624R0013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST CHICAGOCHICAGO, IL, 60604-1437, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF MAINTENANCE BUILDINGS (Y1EB)
Timeline
    Description

    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the rehabilitation of the Chicago Harbor Lock Control Stands and associated maintenance facilities. The project involves restoring the exterior and interiors of four control stands and one maintenance shop/tool room located at 108 N Streeter Dr, Chicago, IL 60611. This work is crucial for maintaining the operational integrity and safety of the Chicago Harbor Lock, which plays a vital role in regional waterway management. Interested small businesses are encouraged to reach out to Kyle Smith at kyle.d.smith@usace.army.mil or call 312-846-5370 for further details, as this opportunity is set aside for total small business participation under FAR 19.5.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Smithland Locks and Dam River Chamber Machinery Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Smithland Locks and Dam River Chamber Machinery located in Brookport, IL. This project requires contractors to perform a range of services including site surveys, construction, maintenance, and the refurbishment of sector gear assemblies, with a strong emphasis on safety and compliance with environmental regulations, particularly regarding lead-based paint removal. The initiative is part of the federal commitment to infrastructure improvement, funded by the Bipartisan Infrastructure Law, and aims to ensure the operational integrity of critical facilities within the Great Lakes and Ohio River Division. Interested contractors must submit their proposals by September 16, 2024, with a price range between $500,000 and $1,000,000, and can contact Andrew Fleming at andrew.j.fleming@usace.army.mil or 502-315-7036 for further information.
    SOLICITATION W912P624B0016 VILLAGE OF EAST HAZEL CREST STORMWATER IMPROVEMENTS, EAST HAZEL CREST, COOK COUNTY, ILLINOIS (USACE ACQUISITION)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Chicago District, is soliciting bids for the Village of East Hazel Crest Stormwater Improvements project located in Cook County, Illinois. The project entails replacing earthen drainage ditches with underground concrete box culverts, including base work and two optional expansions of the culvert installation. This construction initiative is critical for enhancing local stormwater management and infrastructure resilience. Interested small business contractors must submit their bids by 1:00 p.m. Central Time on September 18, 2024, with an estimated project cost between $1 million and $5 million. For further inquiries, contact Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    SOLICITATION W912P624B0018 VILLAGE OF LEMONT WATERMAIN REPLACEMENT, LEMONT, COOK COUNTY, ILLINOIS (USACE ACQUISITION)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the Village of Lemont Watermain Replacement project located in Cook County, Illinois. This procurement aims to replace existing water mains, which is crucial for maintaining the integrity and reliability of the local water supply infrastructure. The project falls under the NAICS code 237110, focusing on water and sewer line construction, and is set aside for small businesses in accordance with FAR 19.5 regulations. Interested contractors can reach out to Ericka Hillard at ericka.d.hillard@usace.army.mil or call 312-846-5378 for further details regarding the solicitation process.
    McAlpine Lock and Dam Life Safety Sign Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the McAlpine Lock and Dam Life Safety Sign Replacement project, which is set aside for small businesses. The contractor will be responsible for removing existing signs and installing new safety signs at designated locations, utilizing government-furnished signs while providing all necessary personnel, equipment, and materials. This project is crucial for enhancing safety measures at the McAlpine Locks and Dams, ensuring compliance with federal, state, and local regulations. Interested vendors must submit their proposals electronically by September 20, 2024, and are encouraged to arrange a site visit before the submission deadline. For further inquiries, vendors can contact Reginald Alexander at reginald.alexander@usace.army.mil or by phone at 502-315-6566.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.
    Replace Interlock Control Systems at Maxwell Locks & Dams
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Pittsburgh District, is seeking a contractor to replace the interlock control systems at Maxwell Locks and Dams located in East Millsboro, Pennsylvania. The project entails the procurement and installation of a new valve interlock control system that complies with the Inland Marine Transportation System (IMTS) Minimum Interlock Control Standard, including the installation of cables, limit switches, control panels, and necessary hydraulic equipment. This construction is critical for ensuring the operational safety and efficiency of the lock and dam facilities, which are staffed year-round by government personnel. The contract, valued between $1 million and $5 million, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and is expected to be awarded as a Firm-Fixed-Price contract, with bids due following the issuance of the Invitation for Bid on or about September 23, 2024. Interested bidders should contact Michael Boyd at michael.w.boyd@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil for further details.
    Green River Lock and Dam 1 Miter Gate Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Louisville District, is soliciting proposals for the repair of the Green River Lock and Dam 1 miter gates in Reed, Kentucky. Contractors are required to submit price proposals for the rehabilitation project, which is estimated to cost between $1,000,000 and $5,000,000, and must comply with various construction clauses and safety regulations. This project is crucial for maintaining the functionality and safety of essential hydraulic structures, reflecting the government's commitment to infrastructure improvement. Proposals are due by 10:00 AM Eastern Time on September 20, 2024, following a mandatory site visit on September 12, 2024, and must be submitted electronically to Maxwell Williams at maxwell.s.williams@usace.army.mil.
    ST. LOUIS, ILLINOIS, FLOOD PROTECTION PROJECT, BID PACKAGE 14B
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the St. Louis, Illinois Flood Protection Project, Bid Package 14B. This project involves construction activities aimed at enhancing flood protection measures in the region, which is critical for safeguarding public and private properties from potential flood damage. The procurement is set aside for Historically Underutilized Businesses (HUBZone), emphasizing the government's commitment to supporting small businesses in designated areas. Interested contractors should note that the bid due date has been extended as per Amendment 0008, and they can reach out to Tracy Tenholder at tracy.n.tenholder@usace.army.mil or 314-331-8257 for further details, or Etta Schuchardt at Etta.Schuchardt@usace.army.mil or 314-331-8503 for additional inquiries.
    River Repairs and Upper Bank Paving SATOC
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Memphis District, is soliciting bids for the River Repairs and Upper Bank Paving project, designated as W912EQ24B0008. This firm-fixed price contract is set aside for Women-Owned Small Businesses (WOSB) and involves extensive stone repairs on navigation structures along the Ohio and Mississippi Rivers, including the placement of riprap and other related tasks. The project is significant for maintaining vital navigation infrastructure and is expected to utilize approximately 2.5 million tons of stone over four ordering periods, with individual task orders defining specific locations and work types. Bidders must submit their proposals by September 20, 2024, at 10:00 AM (CDT), with the bid opening scheduled for the same day at 1:00 PM (CDT). Interested parties can contact Jessica Lurry at jessica.m.lurry@usace.army.mil or Monica Moody at monica.a.moody@usace.army.mil for further information.