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
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair and upgrade of the Troy Lock (AFO) Mooring Pier located in Albany, New York. The project involves significant structural repairs, including the replacement of deteriorating timber fenders, reinforcing structural components, and addressing various deficiencies identified during inspections. This initiative is crucial for maintaining the safety and functionality of a key infrastructure asset on the Hudson River, ensuring it meets federal standards for hydraulic structures. Interested small businesses must submit their bids by March 11, 2025, with a project magnitude estimated between $1 million and $5 million. For further inquiries, bidders can contact Denisse M. Soto at denisse.m.soto@usace.army.mil or Mohenda R. Surage at mohenda.r.surage@usace.army.mil.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    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 construction project titled "Chickamauga Lock Replacement Approach Wall and Decommissioning" located in Chattanooga, Tennessee. This project, estimated to cost between $250 million and $500 million, involves the replacement of approach walls and the decommissioning of the existing lock, requiring a firm fixed-price contract with performance and payment bonds. The procurement is crucial for enhancing regional infrastructure and operational safety, with proposals due by April 7, 2025, and a pre-proposal meeting scheduled for February 20, 2025. Interested contractors can contact Andrew Roth at andrew.r.roth@usace.army.mil or Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil for further details.
    Construct New Bulkhead, Hugo Lake, Oklahoma
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is seeking information from qualified firms for a future Design-Bid-Build contract to construct a new bulkhead at Hugo Lake, Oklahoma. The project involves the fabrication, shipping, field assembly, testing, and construction of a crane pad for the deployment and retrieval of six hollow steel segments designed to block water flow during maintenance operations. This bulkhead is critical for ensuring the operational integrity of the tainter gates at the Denison Powerhouse, which plays a vital role in water management. Interested contractors must submit a 5-page Experience/Capabilities Statement by March 24, 2025, and should be registered in the System for Award Management (SAM). The estimated contract value is between $5 to $10 million, and inquiries can be directed to Clinton Yandell at clinton.j.yandell@usace.army.mil or by phone at 918-669-4920.
    MDC 3289 Revetment Barges FY25
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking proposals from qualified small businesses for the construction of revetment barges under the project titled "MDC 3289 Revetment Barges FY25." This procurement aims to acquire specialized barges designed for use in military and civil engineering applications, which are crucial for shoreline protection and flood control efforts. The work will be performed in Mississippi, and the contract is set aside for total small business participation, emphasizing the government's commitment to supporting small enterprises. Interested parties should reach out to Katie Sayers at Katie.L.Sayers@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details and to stay informed about the upcoming solicitation timeline.
    Hybrid vessel Charging System Project at Caven Point Marine Terminal
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Hybrid Vessel Charging System Project at the Caven Point Marine Terminal in Jersey City, New Jersey. This project involves the demolition of existing structures and the installation of new mooring dolphins, foundations, and fender systems to enhance terminal operations while ensuring minimal disruption to current activities. The estimated project cost ranges from $5 million to $10 million, with a completion timeframe of 310 calendar days post-award, and bids must be submitted by March 31, 2025. Interested contractors should contact Michael McCue at michael.l.mccue@usace.army.mil for further details and to ensure compliance with all bidding requirements.
    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.
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Cannelton Fixed Weir Repair project located at the Cannelton Locks & Dam in Indiana. The project aims to address critical repair needs of the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring access to the hydroelectric power plant throughout the construction process. This initiative underscores the federal commitment to maintaining essential hydroelectric facilities and adhering to environmental and safety standards. Interested contractors must submit price proposals ranging from $250,000 to $500,000 by March 12, 2025, and are required to register in the SAM database. For further inquiries, contact Joel Huberman at joel.huberman@usace.army.mil or call 502-315-7409.
    LOCK FOUNDATION AND SITE PREPARATION FOR LOCK and DAM 25 NAVIGATION ECOSYSTEM SUSTAINABILITY PROGRAM (NESP)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist St. Louis office, is seeking sources for the Lock Foundation and Site Preparation for the Lock and Dam 25 Navigation Ecosystem Sustainability Program (NESP). This procurement aims to engage contractors for heavy and civil engineering construction services related to the foundation and site preparation necessary for the lock and dam project. The work is critical for enhancing navigation and ecological sustainability in the region, ensuring the infrastructure meets modern standards. Interested parties can reach out to Whitney Dee at whitney.r.dee@usace.army.mil or 314-331-8621, or Tracy Tenholder at tracy.n.tenholder@usace.army.mil or 314-331-8257 for further details.
    Great Sodus and Oak Orchard Harbor Dredging
    Buyer not available
    The Department of Defense, through the Department of the Army's W072 Endist Buffalo office, is soliciting bids for the Great Sodus and Oak Orchard Harbor Dredging project, which is set aside for small businesses. The procurement aims to enhance navigability and safety in these harbors by performing dredging operations, which are critical for maintaining waterway access for commercial and recreational vessels. Interested contractors should note that the project falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and the PSC code Y1PZ, which pertains to the construction of non-building facilities. For further inquiries, potential bidders can contact Peter Gembala at peter.r.gembala@usace.army.mil or Jeffrey Ernest at Jeffrey.G.Ernest@usace.army.mil, with the contract details and deadlines to be provided in the solicitation documents.
    Cape Cod Canal, Buzzards Bay, MA ? Painting and Steel Repairs, Vertical Lift Railroad Bridge
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for painting and steel repairs on the Vertical Lift Railroad Bridge over the Cape Cod Canal in Buzzards Bay, Massachusetts. The project involves critical maintenance to ensure the structural integrity and operational safety of the bridge, which is vital for both rail and maritime traffic. Interested contractors must adhere to specific requirements outlined in the solicitation, including quality control measures and environmental protection plans, with the bid submission deadline extended to March 12, 2025. For further inquiries, potential bidders can contact Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL.
    Atlantic Coast of Long Island, Jones Inlet to East Rockaway Inlet Long Beach Island, New York Hurricane and Storm Damage Reduction Project – 2024 Renourishment
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit bids for the Atlantic Coast of Long Island Hurricane and Storm Damage Reduction Project, specifically focusing on the 2024 Beach Renourishment from Jones Inlet to East Rockaway Inlet in Long Beach, New York. This project entails the dredging and placement of approximately one million cubic yards of beachfill, sourced from a borrow area located offshore, to enhance coastal resilience against storm damage. The estimated project cost ranges from $10 million to $25 million, with a planned duration of 140 days from the Notice to Proceed (NTP), and the solicitation is expected to be issued in April or May 2025. Interested contractors should direct inquiries to Orlando Nieves at orlando.nieves@usace.army.mil, and must be registered with the System for Award Management (SAM) to access the solicitation documents.