Garrison Dam Spillway - Stoplog Seal Modification
ID: W9128F25RA050Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, 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 proposals for the Garrison Dam Spillway - Stoplog Seal Modification project located in Riverdale, North Dakota. This project involves modifying existing stoplogs at the Garrison Dam, including the replacement of seals and springs, with a focus on ensuring compliance with safety and quality standards. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the contract is set aside exclusively for small businesses, with proposals due by August 12, 2025, at 2:00 PM local time. Interested parties should submit their proposals electronically to the designated contacts, Karen Caskey and Nadine Catania, and are encouraged to attend a site visit scheduled for July 9, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation outlines comprehensive instructions for Small Businesses to submit electronic proposals for a federal contract. Proposals must adhere to strict formatting, submission deadlines, and evaluation criteria, with a strong emphasis on past performance and fabricator certification. Offerors must submit two separate PDF volumes: Volume 1 for technical and past performance information (including project narratives and, if applicable, subcontractor commitments) and Volume 2 for price, cost information, and certifications. Evaluation prioritizes past performance (recency, relevancy, and quality) and fabricator certification, with price being approximately equal in importance to all other combined factors. The document details definitions for evaluation terms like strengths, weaknesses, and deficiencies, and specifies how performance confidence assessments will be made. It also covers procedures for clarifications, discussions, competitive range determination, and debriefings, stressing the government's intent to award without discussions and the importance of thorough initial offers.
    This government file, identified as Solicitation No. W9128F25RA050, pertains to the Garrison Dam Spillway Modification project, specifically focusing on Stoplog Modifications and Stoplog Seal Modification. The document includes a cover sheet, index, and a schedule of drawings detailing the general area plan, access route to stoplogs, and multiple sheets on stoplog modification details. Submitted by T. Hahn, checked by J. Placke, drawn by P. Muller, and designed by R. Leigh, the solicitation was issued in June 2025 by the U.S. Army Corps of Engineers, Omaha, NE. The file includes project location maps for North Dakota, highlighting the Garrison Dam site, and a project vicinity map of the surrounding areas including the Missouri River and various lakes. This RFP details the scope of work for modifications to the Garrison Dam spillway, indicating a federal contract for infrastructure upgrades.
    This government RFP, GR00119, outlines the "Garrison Spillway Stoplog Seal Modification" project at Garrison Dam, ND. The primary objective is to modify eight existing stoplogs, with an option for ten additional units. The work involves replacing seals and springs with modified components. Key activities include pre-removal inspection, transportation of stoplogs to the contractor's shop, steel fabrication/welding, installation of new seals and springs, painting, and return of the stoplogs to the dam for final inspection. The project requires strict adherence to ASME B30.20 for lifting devices and AWS D1.5 for welding on fracture critical members. A detailed lift plan and traffic control plan are mandatory, ensuring safety during stoplog movement. The contractor is responsible for all transportation, including rigging, and must repair any damage incurred. A final inspection by both the contractor and the government is required upon return and placement of the stoplogs.
    Amendment No. 0002 to Solicitation No. W9128F25RA050, dated July 25, 2025, modifies the specifications and drawings for the "Construction of GARRISON DAM SPILLWAY - STOPLOG SEALS" project. This amendment extends the offer receipt deadline to August 7, 2025, at 2:00 p.m. local time. Key updates include revisions to Attachment 0001 Evaluation Criteria, Section 01 11 00, and Drawing G-101. Offerors must acknowledge receipt of this amendment by returning signed copies, acknowledging on their offer, or sending a separate communication, ensuring it is received before the specified deadline to avoid rejection. All other terms and conditions of the original solicitation remain unchanged.
    The solicitation W9128F25RA050 for the Garrison Dam Spillway - Stoplog Seals project is a 100% small business set-aside with an estimated construction cost between $1,000,000 and $5,000,000. Proposals are due by August 12, 2025, at 2:00 PM local time, and must be submitted electronically to Karen Caskey and Nadine Catania. A site visit is scheduled for July 9, 2025, at 1:00 PM local time, and questions must be submitted via ProjNet by July 18, 2025, at 4:00 PM Central Time. The contract is a Firm Fixed Price type, and the successful offeror must commence work within 10 calendar days of receiving the notice to proceed and complete it within 600 calendar days. Liquidated damages for delay are $543.00 per day. Performance and payment bonds, each 100% of the original contract price, are required for contracts exceeding $150,000. The solicitation also outlines detailed instructions for offerors, including requirements for proposal submission, evaluation, and contract award, emphasizing adherence to FAR and DFARS clauses regarding subcontracting limitations for small businesses, and the process for post-award small business program rerepresentation.
    The document serves as an amendment to a solicitation for the construction project of the Garrison Dam Spillway Stoplog Seals. It extends the deadline for proposals and details changes to specifications, evaluation criteria, and drawing updates. Key revisions include updates to Attachment 0001 regarding submission requirements, Section 01 11 00, and drawing G-101. It is essential for bidders to acknowledge receipt of the amendment to avoid rejection of their offers. The amendments require revisions to specification indices and drawing indices, indicating that specific pages or sections have been added or replaced. Electronic proposals are accepted until a specified deadline. The amendment emphasizes that previous conditions remain unchanged while clarifying the procedure for submitting both proposals and any modifications to existing offers. This document is critical for potential contractors as it outlines the necessary adjustments and deadlines relevant to their bids.
    The document outlines the proposal instructions, submission requirements, and evaluation criteria for a government solicitation exclusively open to Small Businesses. Offerors must register in the System for Award Management and submit proposals electronically in specified formats, incorporating both technical and price components. Proposals will be evaluated on past performance, fabricator certification, and pricing, with past performance being the most crucial factor. Offerors must provide relevant project narratives and evidence of compliance with construction standards. The evaluation process considers aspects such as recency, relevance, and quality of past performance, and will entail a confidence assessment based on this information. The document also details guidelines for joint ventures, small business eligibility, and the final proposal revision process. Notably, the Government intends to award contracts based on initial proposals and may establish a competitive range if discussions are warranted, ensuring a transparent and structured evaluation process. This solicitation signifies an effort to enhance government contracting processes while supporting small business participation and leveraging their capabilities within the federal procurement landscape.
    The document outlines a solicitation for a project titled "Garrison Dam Spillway Modification" under the U.S. Army Corps of Engineers, designated by solicitation number W9128F25RA050. The project is scheduled to be issued in June 2025 and includes plans for stoplog modifications at the Garrison Dam. It comprises detailed drawings, maps, and a schedule of the necessary engineering drawings, such as a cover sheet and various modification details. The project's geographical scope spans South Dakota, Wyoming, Montana, North Dakota, Colorado, and Nebraska locations relevant to the dam and surrounding lakes. The focus is on ensuring structural integrity and operational enhancements to the spillway, which is vital for water management and flood control in the affected regions. The document emphasizes compliance with federal standards and technical specifications required for government contracts in infrastructure development projects.
    The Garrison Spillway Stoplog Seal Modification project at Garrison Dam, ND, focuses on the modification and replacement of existing stoplogs, including related work on seals and springs. The contractor is responsible for inspecting, removing, transporting, and modifying eight stoplogs initially, with an option to modify an additional ten stoplogs. Key tasks include pre-removal inspection, steel fabrication, welding, and final installation at the dam site. A detailed lift plan must be submitted by the contractor to ensure safe and efficient movement of the stoplogs. Safety inspections for the lifting apparatus are required, and damaged stoplogs must be repaired at the contractor's expense after transport. The Government must perform a final inspection upon completion to assess any potential transport damages. Overall, the project is structured to improve the Garrison Dam’s spillway functionality while adhering to strict safety and inspection protocols, indicating a commitment to infrastructure maintenance and modernization by federal authorities.
    This document is Amendment/Modification W9128F25RA0500001 to Solicitation W9128F25RA050, issued by the KO Contracting Office. Its primary purpose is to extend the due date for proposals from July 29, 2025, to August 7, 2025, with proposals now due by 2 PM Central Time on the new date. This amendment is crucial for potential offerors as it provides additional time to submit their proposals. All other terms and conditions of the original solicitation remain unchanged. The document outlines the methods for acknowledging receipt of the amendment, such as completing specific items, acknowledging on the offer copy, or via separate communication. Failure to acknowledge receipt by the specified date and time may result in the rejection of the offer. This modification ensures that all parties are aware of the revised timeline for proposal submission.
    This document outlines the amendment of a solicitation related to federal contracting. It specifies changes regarding the due date for proposal submissions, extending it from July 29, 2025, to August 7, 2025, at 2 PM Central Time. The amendment, detailed under Item 14, allows for acknowledgment of the changes through various methods, including completing specific items on the form and returning it, or via electronic communication referencing the solicitation. All original terms and conditions remain unchanged except for the due date. It emphasizes the importance of timely acknowledgment, as failure to do so may lead to the rejection of offers. The document also includes administrative details necessary for contract modification, such as the identifying codes for the amendment and solicitation, the contact information for contracting officers, and references to the governing regulations. Overall, this amendment primarily serves to communicate critical timelines to potential contractors in a clear and formal manner, ensuring compliance with federal procurement procedures.
    The document is a Request for Proposal (RFP) W9128F25RA050 for the Garrison Dam Spillway - Stoplog Seals Modification project in Riverdale, ND. Issued by the USACE Omaha District, this is a 100% small business set-aside with an estimated construction cost between $1,000,000 and $5,000,000. Proposals are due by 02:00 PM local time on July 29, 2025, and must be submitted electronically via email to Karen Caskey (karen.L.caskey@usace.army.mil) and Nadine Catania (nadine.L.catania@usace.army.mil). A site visit is scheduled for July 9, 2025, at 1:00 PM, and questions must be submitted through ProjNet by July 18, 2025. The contract will be a Firm Fixed Price, requiring performance and payment bonds, and work must commence within 10 calendar days of the notice to proceed, with completion within 600 calendar days. Liquidated damages for delay are set at $543.00 per day.
    This government file outlines the proposal instructions, submission requirements, and evaluation criteria for a federal solicitation restricted to Small Business participation. All offerors must be registered in the System for Award Management (SAM). Proposals are to be submitted electronically as two separate PDF files (Volume 1: Technical Proposal and Past Performance Information; Volume 2: Price Proposal, Cost Information, and Certifications) to specified email addresses by the deadline in Standard Form 1442. The evaluation prioritizes Past Performance (most important technical factor) and Fabricator Certification (second most important), with Price being approximately equal to all combined technical factors. Proposals will be evaluated based on recency, relevancy, and quality of past performance, and fabricator certification, with specific requirements for project narratives, subcontractor commitments, and AISC certification with a fracture critical endorsement. The document details definitions for evaluation terms like strengths, weaknesses, and deficiencies, and outlines the process for clarifications, communications, and discussions, with the intent to award without discussions based on initial offers. It also provides comprehensive details on past performance evaluation, including the use of CPARS and PPQ-0 forms, and requirements for joint ventures and small business concerns.
    This government pricing schedule (W9128F25RA050) outlines a project for modifying stoplogs at Garrison Dam's Spillway. The basic items (0001-0003) include retrieving eight stoplogs, modifying them per specifications, and returning them to the dam. This encompasses all labor, materials, equipment (including cranes), initial and final inspections, documentation, and any necessary paint repairs. Option items (0004-0006) allow the government to add the modification of an additional ten stoplogs, to be exercised concurrently if the initial modifications are successful. If the option is exercised, the contract duration will be extended by 365 calendar days. The document emphasizes that prices must be entered for all individual items, and the government reserves the right to exercise options within 300 days of the Notice to Proceed.
    The General Decision Number ND20250047, effective May 30, 2025, outlines prevailing wage rates for heavy construction projects in Bottineau, Burke, McHenry, McLean, Pierce, Renville, and Sheridan Counties, North Dakota. This decision supersedes ND20240047. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022). The document also lists specific wage rates and fringe benefits for various occupations, including carpenters, electricians, power equipment operators (Bobcat/Skid Steer/Skid Loader, Bulldozer, Roller, Crane, Forklift), laborers (Common/General, Pipelayer), cement masons, reinforcing ironworkers, and operators of backhoes, excavators, trackhoes, graders, and loaders, as well as dump truck drivers. Additionally, it references Executive Order 13706 regarding paid sick leave for federal contractors and provides guidelines for appealing wage determinations.
    The document outlines antiterrorism (AT) and operations security (OPSEC) provisions for contractors supporting the US Army Corps of Engineers (USACE). It details general security requirements, emphasizing compliance for all contract personnel with DoD and Army security training, including initial training within 30 days and annual refreshers. Contractors must provide documentation of training completion and maintain records. Personnel and vehicles are subject to search, and all must comply with Force Protection Condition (FPCON), Random Antiterrorism Measures (RAMs), and Health Protection Condition (HPCON) measures, with contractors responsible for meeting performance during elevated levels. Specific training requirements include AT Level I awareness, Suspicious Activity Reporting, and Threat Awareness Reporting Program (TARP) for those with security clearances. Physical security mandates compliance with access control procedures, vetting via NCIC-III and TSDB for unescorted access, and adherence to key and lock control. Additionally, contract personnel without appropriate security clearances must be escorted in classified or sensitive areas. Contractors are also required to use the E-Verify Program to confirm employment eligibility, providing an initial list of verified candidates to the COR.
    The document outlines a solicitation (W9128F25RA050) from the U.S. Army Corps of Engineers, Omaha District, for the Garrison Dam Spillway Modification project in North Dakota. This advertisement set, issued in June 2025, details modifications to the spillway's stoplogs. The project involves altering existing stoplogs, each weighing approximately 15,400 lbs, by adding new vertical and horizontal seals and connection components, as well as springs. Key requirements include adherence to AISC certification for fabrication of hydraulic steel structures, AWS D1.5 Chapter 12 for fracture-critical welds, and ASTM A709 Grade 50T steel. All welds must undergo 100% visual and non-destructive testing (MT or PT for fillet welds), and splicing of steel members is prohibited. The document also provides general notes regarding site access, including restrictions on Highway 200, coordination around storm events, and maintaining a minimum offset distance from spillway chute walls. The solicitation includes a schedule of drawings covering the cover sheet, general area plan, access routes, and detailed stoplog modifications.
    The US Army Corps of Engineers, Omaha District, is soliciting bids for modifications to the existing stoplogs at Garrison Dam Spillway in North Dakota, with work scheduled for June 2025. The project's base scope includes modifying eight stoplogs, with an option for ten additional units. Key activities involve pre-removal inspection, transportation to the contractor's shop, steel fabrication, welding, seal and spring replacement, painting, and return to the dam for final inspection. The contractor is responsible for transportation, ensuring the stoplogs are returned to their original pick-up location. Payment procedures are broken down into mobilization and retrieval, modification, and return/final inspection. The contract emphasizes strict adherence to safety, environmental, and quality control standards. Key administrative requirements include using electronic payroll systems, promoting veteran employment, and complying with anti-terrorism/operations security provisions. The project schedule must account for a non-work period from October 31 to April 15 due to winter weather, during which the spillway monorail crane will be unavailable. Contractors must meet specific superintendent qualifications, engage in weekly coordination meetings, and adhere to cybersecurity requirements for computer equipment. A significant portion of payment ($25,000) will be withheld until final as-built drawings are delivered and accepted.
    The document is a solicitation for bids relating to the modification of stoplog seals at Garrison Dam, outlining the requirements for contractors to submit sealed bids for the construction project. It specifies that the solicitation number is W9128F25RA050, with a project value between $1,000,000 and $5,000,000, and indicates that it is set aside for small businesses. The contractor must provide performance and payment bonds and is required to start work within a stipulated number of calendar days post-award. Key submission instructions include electronic submission of bids to specified government officials, with strict deadlines and adherence to guidelines outlined in various sections of the document. There is a mandatory site visit for interested contractors, and inquiries regarding the proposal must be submitted through the designated channels, including an online inquiry system. The solicitations incorporate various federal acquisition regulations, ensuring contractors understand their obligations regarding taxes and payment processes. Overall, this solicitation demonstrates the government's commitment to engaging with small businesses and adhering to competitive contracting practices, emphasizing transparency and regulatory compliance throughout the bidding process.
    This document outlines the proposal instructions, submission requirements, and evaluation criteria for a federal RFP aimed at small businesses. It specifies that all offerors must be registered in the System for Award Management (SAM), and all proposals must be submitted electronically in PDF format to designated contacts. Submissions consist of two volumes: Volume 1 includes the technical proposal along with past performance information and certification information, while Volume 2 encompasses the price proposal and other compliance documents. Key evaluation factors include past performance, fabricator certification, and price. Proposals must adhere to detailed submission formats, including specific file naming conventions and documentation requirements such as project narratives demonstrating relevant experience. Evaluation will assess criteria based on recency, relevance, and quality of past performance, along with price reasonableness and risk assessment. Additionally, the document stresses the importance of small business participation and outlines eligibility criteria for different categories of small businesses. The overall goal is to select a contractor whose proposal presents the best value to the government, emphasizing the significance of well-structured and compliant proposals for successful contract awards.
    The document outlines a pricing schedule for a government contract focusing on the retrieval, modification, and return of stoplogs at Garrison Dam’s Spillway. It details three basic line items involving all necessary labor, materials, and equipment to retrieve and return eight stoplogs, along with their inspection and documentation. Additionally, it includes three optional line items for an extra ten stoplogs, allowing the government to modify the contract based on the performance of the initial batch. The total pricing reflects both basic and optional items, emphasizing that any selected options will extend the contract duration by 365 days. The document notes that all prices must be provided for evaluation, and any variation between sums submitted will be addressed as the lump-sum price. This contract fits within the framework of federal RFPs, indicating a structured approach to procurement for infrastructure maintenance and improvements.
    The document outlines the wage determination for heavy construction projects in specific counties of North Dakota, established under the Davis-Bacon Act. It specifies the minimum wage rates for various construction classifications, including carpenters, electricians, and heavy equipment operators, which vary based on the commencement date of the contract. Contracts initiated on or after January 30, 2022, require a minimum hourly wage of $17.75, while those awarded between January 1, 2015, and January 29, 2022, must pay at least $13.30. The document emphasizes compliance with Executive Orders regarding minimum wage and paid sick leave for federal contractors and outlines the process for wage determination appeals to the Department of Labor. The purpose is to ensure adequate compensation for workers involved in federally funded construction projects and adherence to regulatory standards, reflecting the government’s commitment to labor protections and fair wages in the construction sector.
    The document outlines antiterrorism (AT) and operations security (OPSEC) provisions applicable to contract personnel working for the US Army Corps of Engineers (USACE). It emphasizes the responsibility of contractors and their employees to comply with security requirements, including initial and ongoing training related to AT, physical security, access control, and suspicious activity reporting. Contract personnel must undergo anti-terrorism training within 30 days of contract award, with documentation of completion to be submitted to government representatives. Physical access to federal installations requires personnel to meet stringent vetting procedures, and those without proper clearance must be escorted in sensitive areas. Additionally, contractors must utilize the E-Verify Program to confirm employment eligibility. This comprehensive security framework ensures that all personnel are appropriately trained and vetted, contributing to the safety and security of Army installations while maintaining compliance with federal regulations. The overall purpose is to safeguard U.S. military operations and facilities against potential threats.
    The Garrison Dam Spillway Modification project, overseen by the U.S. Army Corps of Engineers, aims to enhance the functionality and safety of the existing spillway in Garrison, North Dakota. The project involves significant modifications to the stoplogs, vital components that manage water flow. Key specifications detail required structural modifications, including the introduction of new seals and connection components, with strict adherence to fabrication standards set by the American Institute of Steel Construction (AISC) and the American Welding Society (AWS). The document also addresses logistics for construction, such as contractor access routes, traffic management on Highway 200, and operational guidelines to mitigate risks during implementation. Moreover, inspection protocols for welding and materials emphasize maintaining high-quality construction and safety standards. This project not only reinforces the dam's operational integrity but also represents an essential government investment in infrastructure resilience in the region.
    The document outlines the specifications for the Garrison Dam Spillway Stoplog Seal Modification project (Solicitation Number W9128F25RA050) managed by the US Army Corps of Engineers, Omaha District. The project involves modifying eight existing stoplogs at the Garrison Dam in North Dakota, with options for ten additional. Key activities include pre-removal inspections, transportation of stoplogs to the contractor's shop, fabrication, installation of new seals and springs, touch-up painting, and final inspection upon return. General requirements include contractor responsibilities for safety, coordination, and work schedule management, with strict adherence to environmental protection and quality control standards. Payment procedures involve a breakdown of cost items, and various conditions surrounding submittals, insurance, and cybersecurity compliance are specified. This document serves as an essential guide for contractors, ensuring alignment with federal guidelines, and aims to enhance the operational reliability of the Garrison Dam while prioritizing safety, efficiency, and environmental stewardship.
    Lifecycle
    Similar Opportunities
    Z--GAOA FINALE DAM RECONSTRUCTION
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is soliciting proposals for the GAOA Finale Dam Reconstruction project located in Valley County, Montana. This procurement involves a firm-fixed-price construction contract, estimated between $1 million and $5 million, and is exclusively set aside for small businesses. The project encompasses significant reconstruction efforts, including dewatering the reservoir, rebuilding the dam embankment, and installing new outlet works, with a completion timeline of 431 calendar days post-notice to proceed. Interested contractors must attend a site visit on December 3, 2025, submit questions by December 12, 2025, and provide proposals by January 7, 2026. For further inquiries, Ian Petersen can be contacted at ipetersen@blm.gov or by phone at 720-812-0082.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    Powerhouse 1 and 2 DC Panel Board Replacement
    Dept Of Defense
    The U.S. Army Corps of Engineers, Omaha District, is soliciting proposals for the replacement of DC Panel Boards at Powerhouse 1 and 2 located at Fort Peck Dam, Montana. This project entails the comprehensive replacement of electrical equipment, including Main 125V DC Station Boards, Preferred AC Panels, and Emergency Lighting Panels, along with necessary modifications to feeder wires and concrete bases. The estimated construction cost ranges from $1,000,000 to $5,000,000, and the solicitation is set aside for small businesses, with proposals due by January 16, 2026. Interested contractors should contact Marc Proietto or Brandie Murphy for further details and must ensure registration in the System for Award Management (SAM) to access solicitation documents.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    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.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, focusing on critical infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure compliance with Colorado state regulations while modernizing cemetery facilities. Interested bidders must submit their proposals electronically by January 14, 2026, at 2:00 PM EST, with a virtual bid opening scheduled for the same day at 2:15 PM EST. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.
    ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads in North Dakota. The project aims to enhance access roads critical for the Air Force Intercontinental Ballistic Missile Program (Minuteman) by adding four inches of aggregate surface course and performing necessary roadway maintenance. With an estimated project cost of $4,335,000.00, bids are due by December 16, 2025, at 3:00 PM EST, and the project completion date is set for August 14, 2026. Interested contractors can reach out to Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further inquiries.
    Project Labor Agreement Survey - Construction Of The Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting comments from the construction community regarding the potential use of Project Labor Agreements (PLA) for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, North Dakota. This large-scale construction project, with an estimated cost between $100 million and $250 million, aims to establish a consolidated facility that includes various operational spaces and infrastructure necessary for security forces operations. The use of PLAs is intended to promote efficiency and stability in labor relations for such significant federal projects, as mandated by Executive Order 14063. Interested parties are required to submit their responses by 2:00 PM Central Time on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, ensuring that submissions do not exceed five pages and include relevant contact information.