Troy Lock (AFO) Mooring Pier
ID: W912DS25B0001Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 7, 2024, 12:00 AM UTC
  2. 2
    Updated Mar 25, 2025, 12:00 AM UTC
  3. 3
    Due Mar 25, 2025, 6:00 PM UTC
Description

The U.S. Army Corps of Engineers, New York District, is seeking qualified contractors for the repair of the mooring structure at the Troy Lock and Dam, located in Albany, New York. This project, designated as a Total Small Business Set-Aside under NAICS Code 237990, involves significant repairs including the replacement of timber fenders with composite materials, structural reinforcements, and addressing various deterioration issues identified during inspections. The mooring structure is critical for facilitating vessel operations on the Hudson River, ensuring safe navigation and public access during peak seasons. Interested contractors must submit their bids by March 25, 2025, with an estimated project cost between $1 million and $5 million, and are encouraged to direct inquiries to Ms. Denisse Soto at denisse.m.soto@usace.army.mil or Mr. Mohenda Surage at mohenda.r.surage@usace.army.mil.

Files
Title
Posted
Mar 25, 2025, 7:05 PM UTC
This document is an amendment to a solicitation or contract issued by the U.S. Army Corps of Engineers New York District. It serves to formally acknowledge a site visit sign-in sheet dated December 17, 2024, related to solicitation number W912DS25B0001. The amendment indicates that the terms and conditions of the existing solicitation remain unchanged, although it highlights the requirement for bidders to acknowledge receipt of this amendment in a timely manner to avoid rejection of their bids. Various methods for acknowledgment are provided, including completing specific forms or sending separate correspondence. The amendment does not extend the deadline for offers, emphasizing compliance with deadlines to ensure consideration. The document is structured to include administrative details such as contract identification, dates, and identification of the contracting officer, reflecting standard procedures in government contracting and procurement processes. Overall, this amendment reinforces procedural adherence for participating bidders while maintaining the integrity of the solicitation's original terms.
Mar 25, 2025, 7:05 PM UTC
This government document serves as an amendment to a solicitation for a project titled "Troy Lock (AFO) Mooring Pier," extending the bid submission deadline from January 16, 2025, to February 6, 2025, at 2:00 PM EST. The project is a small business set-aside under NAICS Code 237990, with a magnitude ranging between $1,000,000 and $5,000,000. Key instructions for bidders include submitting inquiries via email by January 3, 2025, and acknowledging the amendment's receipt to avoid bid rejection. The amendment also specifies delivery requirements for bids, mandates that bids must be submitted to designated officials at the specified location, and details the protocol for the bid opening, which will include both physical attendance and telephonic access for participants. Bidders are reminded of the minimal documentation required for submission and the importance of allowing sufficient time for bid delivery, given heightened security measures at government facilities. This revision aims to facilitate a clear and structured bidding process while emphasizing compliance with submission protocols and deadlines.
Mar 25, 2025, 7:05 PM UTC
The document is a modification of a solicitation issued by the U.S. Army Corps of Engineers, specifically extending the bid opening date for a project related to the Troy Lock (AFO) Mooring Pier. The bid submission deadline has been revised to 25 February 2025 at 2:00 P.M. EST, which is a change from the previously scheduled date. The solicitation remains a 100% Small Business Set-Aside under NAICS Code 237990, with an estimated project magnitude between $1 million and $5 million. Key bidding instructions include the requirement for bidders to submit bids to a designated office and to acknowledge receipt of this amendment. All bids must be submitted in person or via designated communication methods. It also emphasizes that bidders should prepare for security checks when delivering bids and partake in a teleconference during the bid opening. Required submission documents include a signed SF1442, acknowledgment of amendments, a filled-out bid schedule, and a bid guarantee. The abstract of bids will be posted on the Sam.gov website. This amendment ensures clarity and compliance for potential bidders regarding submission protocols for this federal project.
Mar 25, 2025, 7:05 PM UTC
This document serves as an amendment to solicitation W912DS25B0001, issued by the U.S. Army Corps of Engineers, New York. It details changes to the solicitation, emphasizing that all terms remain unchanged except those explicitly modified in this amendment. Key updates include revisions to construction specifications, notably ensuring that operations at the Mooring Pier City of Troy Boat Launch continue without significant disruptions during construction. Additionally, the amendment addresses questions from bidders regarding project specifics, such as the use of concrete types, repair details for observed leaks, fender spacing, and historical data availability for project planning. The document clarifies federal contracting requirements like small business set-asides and regulations around progress payments, stipulating that 20% retention will be withheld until project completion. The amendment underscores the importance of adhering to established guidelines and specifications while accommodating contractor inquiries, ultimately ensuring a transparent bidding process and compliance with applicable standards. The document exemplifies procedural rigor typical in government RFPs, emphasizing clarity, structure, and contractor engagement in the context of federal projects.
Mar 25, 2025, 7:05 PM UTC
This document serves as an amendment for solicitation W912DS25B0001, issued by the U.S. Army Corps of Engineers, New York District. The main purpose of this amendment is to extend the bid submission deadline to March 11, 2025, and to close submission of inquiries regarding the contract. This procurement is a 100% Small Business Set-Aside under NAICS Code 237990, with a project magnitude between $1,000,000 and $5,000,000. Key details include the requirement for bidders to deliver their proposals in person to a specific address, allowing time for security clearance at the facility. A bid opening is scheduled for the same day as the submission deadline, and bidders may attend in person or join via conference call. Essential documents needed for bid submission include a signed SF1442, acknowledgment of amendments, a filled-out bid schedule, and a bid guarantee. This amendment emphasizes that failure to acknowledge receipt of this amendment correctly may lead to the rejection of bids. It streamlines instructions for bidders and ensures clarity in the bidding process, highlighting the importance of compliance with submission protocols and guidelines.
Mar 25, 2025, 7:05 PM UTC
The document outlines Amendment No. 6 to the solicitation for the Troy Lock (AFO) Mooring Pier project. The main purpose is to extend the bid submission deadline to 25 March 2025 and provide responses to various Requests for Information (RFIs) from bidders. Key modifications include the requirement for bidders to acknowledge this amendment to ensure their bids are considered valid. Specific changes to drawings and specifications are noted, along with clarifications regarding contractor qualifications and responsibilities, such as requiring an SSPC QP 1 certified painter and the inclusion of a professional geotechnical engineer. The solicitation is 100% set aside for small businesses under NAICS Code 237990, with a project magnitude ranging from $1 to $5 million. Bids must be submitted to the U.S. Army Corps of Engineers with detailed submission instructions provided, including the necessity of allowing ample time due to security protocols. The amendment also outlines that bidders can attend the bid opening in person or via teleconference, with instructions for participation. Overall, this document serves to amend and clarify the details of the solicitation process, emphasizing important deadlines, requirements, and changes essential for prospective bidders in the federal contracting space.
Mar 25, 2025, 7:05 PM UTC
This document is an amendment to a solicitation for a contract related to the Troy Lock Dam Mooring Structure, aiming to address responses to Requests for Information (RFIs) and update wage rates per the Davis-Bacon Act. The amendment outlines several clarifications regarding project specifications, such as the requirement for a certified painting contractor and the limitations on surface preparation of snubbing posts. It also includes clarifications on paint materials and historical item management misconceptions. Additionally, the document updates wage rates applicable to various construction classifications in New York, as specified by the Davis-Bacon Act, highlighting minimum wage requirements based on different conditions and executive orders. These updates reflect the government’s commitment to ensuring fair labor practices and compliance with federal regulations in construction projects. The overall structure includes directives for bid acknowledgment, responses to RFIs, and general requirements for wage determinations. This amendment serves as a critical guide for contractors participating in the bidding process, ensuring they adhere to updated specifications and labor standards within the scope of federal and state regulations.
Mar 25, 2025, 7:05 PM UTC
The document outlines an abstract of offers for the construction project titled "Troy Lock (AFO) Mooring Pier" located in Albany, NY. Issued by the U.S. Army Corps of Engineers, the solicitation number for this project is W912DS25B0001. The estimated cost for the Mooring Structure Repair is $3,851,850.00, with bids from several contractors. Notable offers include Togiak Management at $6,672,802.00, Kovilic Construction Co Inc at $4,671,625.00, and Carteret Marine Services LLC at $3,421,974.00. The document emphasizes the need for bid security and acknowledges any amendments made to the original solicitation. It serves to record and compare the offers received, facilitating the selection of a contractor for the project. This solicitation and its bids indicate an effort to address maintenance and operational needs at the Troy Lock facility while adhering to federal procurement processes.
Mar 25, 2025, 7:05 PM UTC
The document outlines the Fender Support Framing Design for the Troy Lock Dam Mooring Pier, focusing on the installation and structural assessment of a fender support system. It specifies design assumptions, including the use of existing structures and load interactions, while detailing material properties and structural component specifications. The design calculations encompass vertical loads (dead and live loads), horizontal loads (hydrodynamic and wave loads), impact loads from debris and barges, and considerations for wind and ice impacts. Key parameters such as maximum moments, shear forces, and material specifications are thoroughly laid out to ensure stability and safety under various conditions, including flood and thermal expansion scenarios. The study relies on various engineering standards and references to avoid potential structural failures, revealing a commitment to safety and compliance with established guidelines. The document ultimately serves as a foundational analysis for the government project, ensuring all factors contributing to the fender system's effectiveness and durability are meticulously evaluated and documented.
The in-depth structural inspection report for the Troy Lock and Dam Mooring Pier, conducted by the US Army Corps of Engineers (USACE) in November 2022, identifies significant structural issues that require attention. The inspection revealed deterioration in various components, particularly the timber fender system, with 180 of 224 timber rubbing strips either missing or damaged. The steel sheet pile cells showed fair conditions overall, but localized corrosion was noted, with section losses up to 20% in critical areas. The report also highlighted differential settlement of up to 9.5 inches in concrete slabs, leading to cracking and vegetation growth, which poses safety hazards. Key recommendations include complete replacement of timber fenders with composite materials, inspection and maintenance of structural supports, clearance of vegetation, and repainting of corroded elements. The findings underscore urgent repairs needed to ensure the mooring pier's functionality and safety for public and private ship operations while indicating that full structural replacement is not immediately necessary. This document serves as a crucial basis for future repairs, aligning with governmental infrastructure maintenance standards and practices.
The government proposal outlines necessary repairs and upgrades for the Troy Lock and Dam mooring pier, a facility built in 1968 on the Hudson River for the mooring of vessels entering the lock. The project scope includes replacing deteriorating timber fenders with composite materials, reinforcing structural components, repairing concrete decks, clearing vegetation, and assessing existing structural conditions. Structural inspections conducted in November 2022 identified significant deficiencies, such as corroded connections, bent steel posts, and deteriorating fender systems which require urgent attention. The design adheres to various codes and considers multiple load factors, including wind, snow, and seismic impacts, to ensure the safety and functionality of the pier. Importantly, the project aims to extend the life of the existing structure by improving its resilience against environmental and operational stresses. This initiative indicates a commitment to maintaining critical infrastructure vital for navigation and recreation on the Hudson River, aligning with federal standards for hydraulic structures while ensuring ecological sensitivity during construction activities.
The document outlines upcoming request for proposals (RFPs) and grant opportunities within the federal and state/local government sectors, dated October 17, 2024. It emphasizes the importance of these RFPs in addressing various community needs and funding priorities. Key topics include specific grants aimed at educational projects, infrastructure development, and public health initiatives. The document also details eligibility criteria for applicants, deadlines for submission, and the evaluation process that prioritizes innovation and cost-effectiveness. By disseminating this information, the government aims to encourage participation from a diverse range of organizations, fostering collaboration to achieve program objectives. Ultimately, the focus is on leveraging federal and local resources to enhance community services, ensuring that funds are utilized effectively to address pressing societal challenges.
Mar 25, 2025, 7:05 PM UTC
Mar 25, 2025, 7:05 PM UTC
The document outlines the specifications for structural repairs to the mooring pier at Troy Lock and Dam, facilitated by the U.S. Army Corps of Engineers. The project involves the replacement of timber fenders, repair and replacement of ladders, addressing leaks, and clearing vegetation. It is estimated to cost between $1 million and $5 million, with a completion timeline of 365 days from the notice to proceed. Key work restrictions include maintaining active mooring operations during repairs and using water access for all material delivery. The document emphasizes compliance with safety regulations, preconstruction submittals, quality control, and detailed scheduling. It mandates submission of a baseline construction schedule and regular updates, along with a quality control plan ensuring all work aligns with specified standards. Additionally, it highlights the importance of communication amongst contractors and government representatives through structured meetings and progress reports. This structured approach ensures adherence to project timelines and quality expectations, reflecting the agency's commitment to infrastructure maintenance and operational effectiveness.
Mar 25, 2025, 7:05 PM UTC
The Troy Lock (AFO) Mooring Pier project involves a federal solicitation for construction services, specifically for the repair of the mooring structure. This solicitation is a 100% Small Business Set-Aside under the NAICS Code 237990, with a project magnitude estimated between $1,000,000 and $5,000,000. Bids are required to be submitted by 2:00 P.M. EST on January 16, 2025, to the U.S. Army Corps of Engineers, with strict adherence to security procedures at government facilities. The contract duration is one year, starting from the notice to proceed, with a mandatory performance completion within 365 days. Contractors must provide performance and payment bonds and comply with various federal regulations, including employment verification through the E-Verify program. A formal site visit is scheduled to assess the conditions of the mooring structure. Additionally, detailed instructions for bid submission and clauses related to the contractor's responsibilities, including past performance evaluations via CPARS, are provided to ensure compliance and accountability throughout the project’s execution. This solicitation reflects the government’s focus on engaging small businesses in public works and enhancing infrastructure while ensuring adherence to federal contracting standards.
Lifecycle
Title
Type
Special Notice
Similar Opportunities
Locks and Dams 2 & 3 Traveling Mooring Bitt System
Buyer not available
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.
Replace and Repair Lock Control System - Smithland Lock and Dam
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and repair of the lock control system at the Smithland Lock and Dam in Brookport, Illinois. This project involves the replacement of existing control stands, lock instrumentation equipment, and control cabling, as well as updates to the lock operations interlock system to ensure compliance with current standards. The initiative is crucial for enhancing the operational efficiency and safety of the dam's infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals electronically by April 21, 2025, and can contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further information.
LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
Buyer not available
The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft lock as part of the Lock and Dam 25 Navigation and Ecosystem Sustainability Program (NESP). This project aims to enhance navigation and ecological sustainability along the Mississippi River, specifically at Lock and Dam 25, located approximately 61.5 river miles upstream from St. Louis. Interested parties are encouraged to participate in an Industry Day and one-on-one discussions, with registration deadlines set for June 17, 2024, and responses to the Request for Information due by June 26, 2024. For further inquiries, potential bidders can contact Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil.
Sources Sought Notice – Sinclair Brook Bridges, West Point, New York
Buyer not available
The U.S. Army Corps of Engineers, New York District, is seeking qualified small businesses for the design and construction of the Sinclair Brook Bridges in West Point, New York, with a project value estimated between $10 million and $25 million. The procurement involves various tasks including channel restoration, culvert installation, bridge repair, and erosion control, aimed at improving the Sinclair Brook area. This Sources Sought Notice serves as market research to determine the interest and capability of small businesses, guiding the government in its acquisition strategy, with responses due by April 4, 2025. Interested parties should contact Brian Winters at brian.h.winters@usace.army.mil for further information.
Repair Waterfront, U.S. Coast Guard Academy, New London, CT (New London County) Project No. 13317433
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of various waterfront facilities at the U.S. Coast Guard Academy in New London, Connecticut. The project encompasses extensive repairs to structures including the T-Boat Pier, Railroad Overpass Bridge, Floating Docks, and several other piers, requiring a range of services from replacing timber and steel components to recoating and cleaning existing structures. This procurement is critical for maintaining the operational integrity of the Academy's waterfront facilities, with an estimated contract value between $3 million and $4 million and a performance period of 190 calendar days from the Notice to Proceed. Interested vendors should contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil, with bids due by May 7, 2025.
East Rockaway Inlet, New York, Federal Navigation Project
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the East Rockaway Inlet Federal Navigation Project in New York. This presolicitation opportunity involves maintenance and dredging services essential for ensuring navigational safety and efficiency in the inlet area. The project is critical for maintaining the infrastructure that supports maritime activities and protects coastal environments. Interested parties can reach out to Orlando Nieves at orlando.nieves@usace.army.mil or Matthew Lubiak at matthew.e.lubiak@usace.army.mil for further details regarding the procurement process.
3573 HAYWARD Drydock
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the overhaul of the Drift Collection Vessel "HAYWARD," with a focus on comprehensive repair services including drydocking, hull cleaning, painting, and compliance with safety inspections. The contract requires bidders to provide detailed pricing for various repair tasks, ensuring adherence to ABS and USCG standards, and emphasizes the importance of contractor accountability in maintaining safety and environmental compliance throughout the project. This procurement is crucial for maintaining the operational readiness of the vessel, which plays a vital role in the Corps' infrastructure capabilities. Interested contractors must submit their bids via the SAM.gov platform, and the period of performance is set for 30 days from the vessel's delivery to the contractor's yard, with inquiries directed to Matthew Rhoads or Domenic Sestito via their provided email addresses.
Chickamauga Lock Replacement Approach Wall and Decommissioning
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Chickamauga Lock Replacement Approach Wall and Decommissioning project located in Chattanooga, Tennessee. This procurement involves a firm fixed-price construction contract aimed at building new approach walls, decommissioning the existing lock, and restoring the project site, with an estimated project cost ranging from $250 million to $500 million. The project is critical for enhancing regional infrastructure and operational capabilities, ensuring compliance with federal regulations, and promoting safety measures during construction. Interested contractors must submit their proposals electronically by July 8, 2025, and can direct inquiries to Contract Specialist Andrew Roth at Andrew.R.Roth@usace.army.mil or Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil.
Design-Bid-Build Holt Lock Monolith R14 Restoration
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking contractors for the Design-Bid-Build Holt Lock Monolith R14 Restoration project in Tuscaloosa, Alabama. The project involves comprehensive repair work on monolith R14, including horizontal drilling, installation of post tension anchor bars, internal pressure grouting, and underwater concrete placement, among other tasks. This restoration is critical for maintaining the structural integrity of the Holt Lock, which plays a vital role in regional waterway management. The contract, valued between $10 million and $25 million, is expected to be solicited as a Request for Proposal (RFP) the week of April 21, with a performance period of 240 days. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents and updates.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, which aims to modernize the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining the integrity and reliability of regional water management infrastructure. Interested small businesses must submit sealed offers by April 18, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.