Marine Construction - West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, MA
ID: W912WJ24B0013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Marine Construction project involving the West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, Massachusetts. The project aims to replace a significantly corroded bulkhead, enhancing the structural integrity of the marine facility, and includes the installation of new steel sheet piles, concrete structures, and associated site improvements. This federal contract, estimated to cost between $5 million and $10 million, requires compliance with various federal regulations and mandates that bids be submitted electronically by September 20, 2024. Interested contractors should contact Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further information.

    Files
    Title
    Posted
    The document outlines an amendment (0001) to a solicitation originally dated July 25, 2024, issued by the U.S. Army Engineer District, New England, with the purpose of addressing Requests for Information (RFIs) related to construction specifications. It clarifies guidelines for using precast concrete alternatives for deadman walls and provides specific requirements for tie rods, confirming they must be hot dipped galvanized with additional coal tar epoxy treatment as defined by project specifications. The amendment asserts that these adjustments do not alter any other contract terms, and it requires that offers must acknowledge receipt of the amendment prior to the deadline mentioned in the original solicitation. The document reinforces the connection between efficient construction material preferences and compliance with prescribed engineering standards, reflecting the government’s ongoing procurement strategy that prioritizes flexibility and quality in construction contracts.
    This document is an amendment to solicitation W912WJ24B0013, issued by the U.S. Army Engineer District, New England. The primary purpose of the amendment is to provide the list of attendees for a site visit, an essential aspect of the solicitation process. Importantly, all other terms and conditions of the solicitation remain unchanged, and the deadline for submitting offers is not extended. The amendment outlines the requirement for contractors to acknowledge receipt of this amendment to ensure their offer is valid, emphasizing the need for proper acknowledgment to avoid rejection. The document also includes a list of attendees from various construction-related companies who participated in the site visit, detailing their names and associated organizations. This amendment is part of the contracting process, ensuring transparency and communication with potential contractors and facilitating a successful bidding process.
    The document details an amendment (0003) to a solicitation related to a federal project (Contract ID: W912WJ24B0013) overseen by the U.S. Army Engineer District in New England. The amendment primarily addresses responses to Requests for Information (RFIs) and provides updated project drawings. Key clarifications include the identification of missing sections in the bidding materials, specifications for different types of steel sheet piles, dimensions for bollard foundations, and concrete structure details. The document confirms the Government’s stance on maintaining stringent requirements regarding backfill material specifications despite contractor concerns. The submission deadline for bids remains unchanged; however, acknowledgment of this amendment must be completed by bidders to avoid rejection of their proposals. The amendment underscores the significance of precise documentation and communication in the federal procurement process.
    This document serves as an amendment to a solicitation for federal contracting, specifically for bid submission instructions. It clarifies that all other terms remain unchanged while providing updated electronic submission guidelines via the Procurement Integrated Enterprise Environment (PIEE). Bids must be submitted through the PIEE's Solicitation Module, with no alternative formats such as email or paper copies accepted. The amendment specifies the bid submission deadline at 1:00 PM Eastern Time and the bid opening at 2:00 PM Eastern Time, conducted via a public conference call. It highlights the importance of adhering to specific file naming conventions for electronic submissions, along with a requirement for a bid guarantee. The document underscores essential protocols for timely submissions and emphasizes that late bids will not be considered. Furthermore, it details the process for bid openings, including how results will be communicated and how interested parties can access bid information afterward. Overall, this amendment aims to streamline the bidding process while ensuring compliance with federal regulations and facilitating effective communications during the bidding phase.
    This document is an amendment to a federal solicitation, specifically identified as Amendment 0005, issued by the U.S. Army Engineer District, New England. It revises specific drawings related to a construction contract. The primary focus of this amendment is to correct discrepancies in the dimensions of bollard foundations previously stated in Amendment 0003. The updated dimensions for the existing foundations are now given as 12’ x 12’ x 4’, replacing the incorrect previous dimensions of 7’ x 7’ x 3’. The revisions involve updated drawing documents: CD102 and CAP-68, ensuring that all other aspects of the contract remain unchanged. Contractors are required to acknowledge receipt of this amendment to avoid rejection of their offers. This amendment illustrates the adjustments made during the contracting process to ensure accuracy and adherence to the project specifications, which is vital in context to federal RFPs and grant management.
    The document outlines an amendment to a federal solicitation, specifically concerning the modification of a contract related to wage determination updates. The primary purpose of this amendment is to revise the Wage Determination for the project associated with Contract ID W912WJ24B0013, ensuring compliance with current wage standards. The amendment does not alter other terms of the contract, which remain in full effect. It includes important details regarding acknowledgment procedures for vendors to confirm receipt of this amendment. Additionally, it specifies that the Wage Determination No. MA20240008, published on 06 September 2024, is applicable for this project and can be accessed online. This document is part of the typical government contracting process, facilitating adherence to labor regulations while ensuring contractors are informed of any changes affecting their bids or project compliance.
    The document details Amendment 0007 of a solicitation related to a project under contract ID W912WJ24B0013, issued by the U.S. Army Engineer District, New England. The amendment addresses responses to Requests for Information (RFIs) and clarifies that contractors are not required to provide a new nitrogen tube tide gauge but must supply the nitrogen tube component and new conduit as specified. Contractors are instructed to reuse the existing tide gauge, connecting it with new non-spliced, clear, 3/8” polyurethane tubing, as shown in the relevant drawings. All other terms and conditions of the associated solicitation remain unchanged. The acknowledgment of this amendment is necessary for the offer to be considered valid prior to the specified deadline. This process reflects standard practices in government contracting to ensure clarity and compliance within federal RFPs and grants.
    The government file pertains to proposed changes during the construction phase of a project involving a foundation revision. The revision indicates alterations in the original design or construction plans that must be documented due to regulatory compliance requirements. Key concerns include maintaining structural integrity and ensuring that adjustments meet safety standards. The document likely outlines guidelines for contractors to follow when making these changes, including necessary approvals and inspections. Adherence to local building codes and federal regulations during these revisions is critical to avoid delays or penalties. Clear communication among stakeholders is emphasized to manage expectations and align with funding or grant stipulations associated with the project. The file serves as a crucial resource for project managers and contractors engaged in public works, ensuring their awareness of compliance requirements throughout construction modifications.
    The document outlines the specifications and plans for the West Bulkhead Replacement Project at the East Boat Basin of Cape Cod Canal, Sandwich, Massachusetts. This project, led by the U.S. Army Corps of Engineers, aims to replace existing bulkheads and includes detailed engineering plans for site preparation, demolition, and new constructions. Key elements include the removal and stockpiling of embankment stone, the installation of concrete structures, and the protection of existing utilities. The document indicates necessary steps for excavation, installation of new sheet piles, and construction of foundations for electric feeds and bollards. Compliance with environmental standards and regulations is implied throughout the planning stages. It is a comprehensive approach to ensuring the integrity of the canal's infrastructure, emphasizing the importance of preserving existing utilities while upgrading facilities.
    The document pertains to the West Bulkhead Replacement project at the East Boat Basin, Cape Cod Canal, Sandwich, Massachusetts, issued by the U.S. Army Corps of Engineers. It outlines the project scope, which includes the removal and installation of essential infrastructure components such as catch basins, manhole covers, electric boxes, and concrete pads. Specific tasks involve stockpiling materials, protecting existing utilities, and the careful demolition of various site features. Furthermore, the document specifies that the contractor is responsible for safeguarding water infrastructure during construction and includes requirements for temporary erosion control, construction gates, and site preparation. Drawings accompanying the document detail the construction plans and any necessary alterations to ensure compliance with safety and environmental regulations. The project's goal is to enhance the structural integrity of the bulkhead while maintaining the functionality of the basin, ensuring ongoing usability and environmental safety at the site. This proposal highlights both the technical aspects and logistical requirements crucial for successful project execution.
    The document provides detailed specifications for the West Bulkhead Replacement project at the East Boat Basin, Cape Cod Canal, under U.S. Army Corps of Engineers. It outlines requirements for construction elements, including bollards, steel materials, concrete, sheet piles, paint applications, fender systems, fencing, and tie rods. Key highlights include the removal of existing structures, minimum standards for materials, and specific anchor bolt and concrete compressive strength requirements. The contractor is mandated to ensure proper alignment and dimension verification during construction, engage licensed engineers for design elements, and comply with extensive quality and safety standards. Additionally, the document includes structural notes, abbreviations used in construction documentation, and guidelines for protective coatings and materials. This comprehensive set of instructions is critical for ensuring work aligns with engineering standards and regulatory compliance, reflecting the government’s commitment to infrastructure integrity and safety.
    The document pertains to the West Bulkhead Replacement project at the East Boat Basin in Cape Cod Canal, Sandwich, Massachusetts, managed by the U.S. Army Corps of Engineers. It includes detailed architectural plans and elevation drawings illustrating new bulkhead and structural features designed to restore and enhance the site. Key elevations range from a high of EL. 18.5 (Mean Higher High Water) to a low of EL. -57.0, indicating the different levels of construction elements, including timber fender piles and sheet piles. The plans encompass various construction elements such as a rebuilt stone embankment, walers, and concrete caps, while acknowledging the need for additional civil drawings. The project aims to improve infrastructure resilience and operational capacity at the boat basin, funded under solicitation W912WJ24B0013. Overall, it reflects ongoing federal efforts to upgrade vital coastal structures while ensuring compliance with engineering standards.
    The document outlines the project for the replacement of the West Bulkhead at the East Boat Basin along the Cape Cod Canal in Sandwich, Massachusetts. Issued by the U.S. Army Corps of Engineers, the solicitation number W912WJ24B0013, dated May 2024, focuses on the reconstruction of the bulkhead and associated site preparation, demolition, and reconstruction work. It includes an index of drawings illustrating various plans such as site preparation, civil plans, structural details, and electrical plans, complemented by technical approvals and project specifications. Key tasks outlined for the contractor include verifying existing site conditions, conducting demolition, installing new sheet piles, filling voids with stone, and ensuring project safety by protecting surrounding vegetation and infrastructure during construction. The contractor is responsible for all materials, equipment, labor, and establishing means for pollution control, with a strong emphasis on adhering to project specifications and restoring disturbed areas post-completion. Environmental considerations and compliance with federal, state, and local regulations are central to the project execution, reflecting its significance in enhancing coastal infrastructure resilience. The document serves as a comprehensive guide for potential contractors in preparing their bids for the project.
    The document outlines the specifications for the West Bulkhead Replacement project at the East Boat Basin in Cape Cod Canal, Bourne, Massachusetts. The main goal is to replace a significantly corroded existing west sheet pile bulkhead, approximately 300 feet long, to enhance marine structure integrity. Key project components include installing new steel sheet piles, concrete dead men, fender piles, and updating lighting and site features like sidewalks and picnic areas. The document details procurement and contracting requirements, general and administrative requirements, performance measures, environmental controls, and extensive submittal procedures that contractors must adhere to for timely execution and quality assurance. Key safety and coordination measures must be followed, including daily cleanup and emergency contact protocols. Overall, the project aims to improve public recreational facilities while ensuring safety, compliance with environmental regulations, and protection of existing structures and utilities. The specified timeline, measurement of payment, and contractor responsibilities are crucial for meeting the project objectives within the defined scope and budget.
    This document outlines the Request for Proposal (RFP) for the "West Bulkhead Replacement" project located in the East Boat Basin, Cape Cod Canal, Bourne, Massachusetts. Issued by the U.S. Army Corps of Engineers, the solicitation details requirements for sealed bids due by September 20, 2024. The project is estimated to cost between $5 million and $10 million and includes mandatory compliance with various federal standard clauses, including provisions for the System for Award Management (SAM) registration and wage rate requirements. Bidders must register electronically via SAM and submit proposals through the Procurement Integrated Enterprise Environment (PIEE) system. The project requires completion within 410 calendar days after the notice to proceed. Specific instructions and requirements, such as bid guarantees and affirmative action compliance for veteran employment, are emphasized throughout the document. The document stresses the importance of detailed adherence to all specified guidelines and encourages contractors to seek out qualified veterans for project roles. The bid opening will be publicly accessible, ensuring transparency in the selection process. Overall, the RFP underscores the U.S. Army Corps of Engineers’ commitment to federal contracting protocols and inclusive workforce practices.
    Similar Opportunities
    Baker Bay Pile Dike Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Baker Bay Pile Dike Repair project located in Ilwaco, Washington. This federal contract involves the repair and replacement of existing pile dikes at the Mouth of the Columbia River, with a construction estimate ranging from $10 million to $25 million. The project is critical for maintaining navigational safety and environmental integrity in the region, requiring compliance with various federal regulations, including labor standards and environmental protections. Interested contractors must submit their bids electronically by September 19, 2024, and can direct inquiries to Aragon Liebzeit at aragon.n.liebzeit@usace.army.mil or Michael Saldana at Michael.E.Saldana@usace.army.mil.
    Replacement of Pier Fender System, Plymouth Breakwater Footbridge
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a service for the Replacement of Pier Fender System, Plymouth Breakwater Footbridge in Plymouth, MA. This project involves replacing the timber diagonal pile bracing and timber fendering system around the timber piles. The work will be conducted under the existing timber footbridge and over the tidal waters of Plymouth Harbor. The estimated construction cost is between $100,000.00 and $250,000.00. This procurement is set-aside for small business vendors. Interested offerors must have an active registration in SAM.GOV at the time of submission.
    Advance Notice - NPS Beach Channel Drive Bulkhead
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) New York District, is seeking contractors for the Design-Build construction services to replace the bulkhead along Beach Channel Drive at Jacob Riis Park in Rockaway Beach, New York. The project aims to extend the service life of the existing bulkhead, which is approximately 5,300 linear feet, for an additional 100 years, while also repaving the adjacent multi-use trail and replacing damaged storm drain pipes. This project is significant for maintaining the structural integrity of the coastal area and ensuring compliance with various federal, state, and local regulations. Interested contractors should note that the anticipated solicitation will be posted around October 21, 2024, with a project magnitude between $25 million and $100 million, and are encouraged to contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Chicago District, is seeking qualified small business contractors for the Chicago Harbor Shorearm Extension and Breakwater project in Chicago, Illinois. The project involves essential repairs to existing exterior and shorearm extension breakwaters to stabilize these structures and ensure safe passage for vessels entering and exiting the harbor. This construction effort is critical for maintaining the functionality of the harbor and is estimated to cost between $5 million and $10 million. Interested bidders can expect the solicitation package to be available on the Procurement Integrated Enterprise Environment (PIEE) in November, with a response period of 30 days. For inquiries, contact Kyle Smith at (312) 846-5370 or via email at kyle.d.smith@usace.army.mil, referencing Solicitation Number W912P624B0015.
    Long Branch Lake Administration Building Concrete and Sidewalk Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the replacement of concrete sidewalks and tuckpointing at the Long Branch Lake Administration Building in Macon, Missouri. This project involves the demolition, removal, and replacement of select concrete slabs and sidewalks, along with minimal mortar removal and replacement due to existing cracks. The contract is a total small business set-aside, with an estimated value between $25,000 and $100,000, and a performance period of 180 days from the Notice to Proceed. Interested contractors must submit their bids by September 18, 2024, and are encouraged to attend a pre-bid site visit on September 10, 2024. For further inquiries, contractors can contact Angella Curran at angella.curran@usace.army.mil or Christopher Anderson at christopher.w.anderson@usace.army.mil.
    Bonneville Headgate Repair Pit
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking information from potential contractors for the Bonneville Headgate Repair Pit project at Bonneville Dam, located in Oregon. The primary objective is to rehabilitate the headgate repair pit to ensure a safe and efficient work environment for maintenance activities, including corrosion repair and component replacements, while adhering to industry standards such as ASHRAE and OSHA. This project is crucial for maintaining the operational integrity of the Bonneville Powerhouse, which plays a significant role in the Federal Columbia River Power System. Interested firms must submit their responses by October 15, 2024, with an estimated construction cost between $5 million and $10 million, and are encouraged to contact Kristel Flores or Andrea Smothers for further details.
    #3287 MAINTENANCE DREDGING DELAWARE RIVER, FORT MIFFLIN DOCKS & USS NEW JERSEY
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, Philadelphia District, is soliciting bids for maintenance dredging at the Fort Mifflin Docks in Philadelphia, PA, and the USS New Jersey in Camden, NJ, under solicitation number W912BU24B0018. The project involves the removal of approximately 81,000 cubic yards of material from Fort Mifflin and an optional 23,000 cubic yards from Camden, with dredging depths ranging from 16 to 37 feet. This maintenance dredging is crucial for ensuring navigability and functionality of the docks, which are vital for maritime operations in the region. Bidders must submit their offers by September 17, 2024, with an estimated contract value between $5 million and $10 million, and are encouraged to contact Molly Gallagher at molly.gallagher@usace.army.mil for further inquiries.
    3532 Revetment Barges
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is soliciting bids for the construction and delivery of four new welded steel revetment barges, with an option for two additional units, to support the Vicksburg District's operations. The barges, measuring 160 feet in length, 36 feet in beam, and 11 feet in depth, will augment the existing fleet used for mat sinking operations, which are critical for maintaining river infrastructure. Contractors must adhere to stringent quality control and safety standards throughout the project, which is structured in three phases: planning, construction/testing, and delivery, with a total contract duration of 640 days as per the latest amendments. Interested parties should contact Michael J. Hunter at michael.j.hunter@usace.army.mil or Matthew Rhoads at matthew.t.rhoads@usace.army.mil for further details and must ensure registration in the System for Award Management (SAM) prior to bidding.
    MAINTENANCE DREDGING FORT PIERCE HARBOR 28-FOOT AND 30-FOOT PROJECTS & SHORE PROTECTION PROJECT FORT PIERCE BEACH RENOURISHMENT 2025, ST. LUCIE COUNTY, FLORIDA
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the maintenance dredging of Fort Pierce Harbor and the associated beach renourishment project in St. Lucie County, Florida. The project involves dredging beach-compatible material and constructing a beach berm along approximately 7,000 feet of shoreline, with specific environmental monitoring and compliance requirements. This procurement is crucial for maintaining navigational safety and coastal protection, with an estimated construction value between $10 million and $25 million. Interested vendors must register on SAM.gov to receive updates and submit bids by October 31, 2024, following the anticipated issuance of the Invitation for Bid on September 26, 2024. For further inquiries, contact William Wallace at william.j.wallace@usace.army.mil or Guesley Leger at guesley.leger@usace.army.mil.
    Contract 4B, Port Monmouth Hurricane and Storm Damage Reduction Project
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is seeking bids for the Port Monmouth Hurricane and Storm Damage Reduction Project, specifically for Phase II, Contract 4B, located in Middletown Township, New Jersey. The project involves the construction of floodwalls, levees, drainage systems, and the management of contaminated materials, with a total estimated cost between $50 million and $75 million. This initiative is critical for enhancing coastal resilience against storm damage, reflecting the federal government's commitment to protecting vulnerable communities. Interested small businesses must submit their bids by 2:00 PM EDT on September 25, 2024, and can direct inquiries to Ivan V. Damaso at ivan.d.damaso@usace.army.mil or Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil.