Baker Bay Pile Dike Repair
ID: W9127N24B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The government document W9127N24B0001 pertains to the Baker Bay Pile Dike Repair project and includes details from a virtual site visit held on August 2, 2024. The session aimed to inform potential contractors about the project, allowing them to gain insights into the repair requirements. Several representatives from various construction companies attended, including Advanced American Construction, J.E. McAmis, Kerr Contractors Oregon, LLC, Pacific Pile & Marine, and The Dutra Group, along with members from the U.S. Army Corps of Engineers (USACE). The presence of these diverse companies indicates a competitive bidding environment for the contract. The document outlines the initial engagement for the project, which plays a role in federal infrastructure repair and management efforts, ensuring stakeholders are adequately informed before submitting proposals. This preliminary engagement is essential for ensuring transparent communication and project understanding among involved parties, thus enhancing the procurement process in line with government regulations.
    The Baker Bay Pile Dike Repair project, managed by the Portland District, is a full and open procurement initiative requiring bids by August 22, 2024, at 2 PM local time. Participants must submit their bids along with a bid guarantee and, for large businesses, a subcontracting plan, which is mandatory. The evaluation of HUBZone price may also apply. Inquiries about the project are to be directed through ProjNet, as outlined on PDF page 22 of the initial Invitation for Bids (IFB). This project highlights compliance with federal standards and promotes small business participation, reflecting the government's commitment to equitable procurement processes while addressing essential infrastructure needs. The project's details emphasize structured contractual obligations and clear communication channels for stakeholders.
    The document outlines an amendment to a federal solicitation and contract modification for a project overseen by the US Army Corps of Engineers in Portland, Oregon. The amendment extends the solicitation's due date from August 22, 2024, to September 5, 2024, at 2 PM PDT. It specifies changes to the description of CLIN 0004, particularly concerning methods of restoration and cost assessments if no disturbance occurs. Key revisions include adjustments to the petrographic examination testing requirements, changing it from a supplemental to a mandatory test, with new notice periods established for contractor reporting. Additionally, the government offers various files as government-furnished information to assist contractors in estimating project quantities accurately. All other terms of the solicitation remain unchanged. This amendment's primary aim is to ensure clarity in project specifications and timelines, thereby facilitating effective contractor engagement and compliance with revised technical requirements.
    The document details the specifications for the Baker Bay Pile Dike Repairs, focusing on dike enrockment and associated construction practices. It outlines the materials to be used, including various types of stone and their required properties, as well as specific testing and quality assurance processes mandated by government standards. Key elements include the preparation of a Dynamic Revetment Construction Plan, submission of stone samples for approval, and adherence to specified gradations and quality metrics. Construction must be carefully managed to align with environmental conditions and minimize erosion impacts during seasonal weather variations. Emphasis is placed on the need for proper site management, including avoiding contamination during storage, and the importance of meeting defined tolerances for the finished structure. The document serves as a comprehensive guideline for contractors undertaking this federal project, ensuring high standards in material selection, testing, and construction practices to achieve successful dike repairs while protecting environmental integrity and meeting regulatory requirements.
    The document is an amendment to a solicitation issued by the U.S. Army Corps of Engineers, specifically the Portland District, extending the submission deadline for bids. The new deadline is set for 12 September 2024 at 2:00 PM PDT, updated from the previous date of 5 September 2024. The amendment requires bidders to acknowledge receipt of this change and submit the conformed bid schedule with their offers. All other terms and conditions of the original solicitation remain unchanged. The amendment is necessary for maintaining compliance with federal procurement processes and ensuring that all interested parties have adequate time to prepare and submit their bids in response to the solicitation. This reflects the government's commitment to transparency and fairness in awarding contracts.
    The document outlines a Request for Proposal (RFP) concerning various construction tasks associated with the job site designated by W9127N24B0001. The main tasks include mobilization and demobilization of equipment, removal and installation of timber and steel piles, rock placement along specific stations of dike structures, and site restoration involving revegetation efforts. Each task is quantified as a single job, encompassing comprehensive labor, materials, and incidental requirements. The proposal further includes options for additional rock placement beyond the initial tasks, indicating a flexible project scope. Each line item is marked as funded, suggesting the financial viability of the contract. The summary emphasizes the contract's focus on environmental restoration and infrastructure integrity through specified technical processes, maintaining adherence to regulatory standards. Overall, this RFP exemplifies the federal government's ongoing commitments to infrastructure maintenance and ecological restoration through precise project specifications and budgeting.
    The document is an amendment to a solicitation related to the U.S. Army Corps of Engineers. It serves to provide additional government-furnished information concerning a project identified as W9127N24B0001. Notably, it includes a reference to an attachment titled "B08 7N24B0001 Baker Bay Amendment 3," which contains elevations related to the project's specifications. The coordinate system utilized for the project is specified as NAD_1983_2011_StatePlane_Oregon_North_FIPS_3601_Survey_Feet_US. All contractors interested in this opportunity are instructed to request the mentioned attachments via email and note that certain file formats are available (.tif, .dwg, and .txt). The amendment emphasizes that all other terms and conditions of the solicitation remain unchanged, reinforcing the necessity for contractors to acknowledge receipt of the amendment in order to ensure that their offers are valid. This document illustrates the procedural updates critical for maintaining project integrity and compliance in government contracting processes.
    This document outlines an amendment to an existing government solicitation related to a construction project, specifically extending the Solicitation W9127N24B0001's closing date and modifying wage determinations effective as of September 6, 2024. It highlights the acceptance of new wage rates that contractors must adhere to under the Davis-Bacon Act, emphasizing compliance with Executive Orders related to minimum wage for federal contracts. The amendment provides specific wage rates and fringe benefits for various labor classifications across multiple counties in Washington, indicating differing pay scales based on worker classification, location, and project type. It also includes detailed information about zone differentials and additional pay requirements for those working in hazardous conditions. The document is crucial as it ensures that labor practices are aligned with federal regulations, maintaining fairness in wage distribution for contract work.
    The document is an amendment to a government solicitation, specifically extending the due date for proposals. Initially set for 17-Sep-2024 at 2:00 PM, the new deadline is now 19-Sep-2024 at the same time. The amendment is issued while awaiting an IHA permit, which is anticipated before 30-Sep-2024. All other terms and conditions of the original solicitation remain unchanged, emphasizing the continuous adherence to legal and procedural guidelines in the federal contracting process. Contractors are required to acknowledge receipt of this amendment to avoid rejection of their offer due to late submissions. The amendment is administratively categorized as a modification under the authority of Federal Acquisition Regulation (FAR) and was officially signed by the contracting officer on 13-Sep-2024. This document reflects typical practices in federal Requests for Proposals (RFPs) and contract management, aiming to maintain transparency and clarity for all parties involved in the solicitation process.
    The document outlines construction plans by the U.S. Army Corps of Engineers for Pile Dike Repairs at the Mouth of the Columbia River, specifically in Baker Bay. It includes detailed plans, notes, and specifications for the repair and replacement of existing pile dikes, ensuring compliance with environmental regulations. Key aspects include removal of existing timber piles, construction of dynamic revetments, and implementation of scour blanket protection to prevent erosion. The project involves significant coordination with local and state authorities, adhering to specific work windows to mitigate environmental disruption. Surveys using advanced hydrographic and LiDAR technologies provide comprehensive topographic and bathymetric data crucial for project planning. The document emphasizes environmental controls during construction, such as avoiding work in sensitive wetlands and following strict operational guidelines. This initiative reflects the federal government’s commitment to maintaining and enhancing navigational safety in critical waterways, aligning with broader infrastructure goals.
    The Baker Bay Pile Dike Repair project, spanning Pacific County, Washington, and Clatsop County, Oregon, is a full and open procurement opportunity, with a construction estimate between $10 million and $25 million. The RFP requires compliance with HUBZone price evaluation and necessitates a subcontracting plan for large business concerns. The project includes various construction tasks, such as pile removal and installation, rock placement, and site restoration. Bidders are instructed to submit their bids electronically by August 22, 2024, with an emphasis on timely submission to avoid rejection for lateness. Additionally, the bid must include a detailed plan demonstrating the engagement of small businesses in accordance with federal regulations, specifying targeted participation rates for various categories, including small disadvantaged and women-owned firms. Key considerations include submission guidelines through ProjNet-Bid, penalties for late submissions, and compliance with labor standards and environmental regulations. Overall, this solicitation reflects the government's commitment to enhancing infrastructure while facilitating opportunities for small business participation and regulatory compliance.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    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.
    Bonneville Spillway Rock Mitigation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the Bonneville Spillway Rock Mitigation project, which involves constructing two concrete barriers on the spillway apron of the Bonneville Dam in Oregon. The primary objective is to mitigate rock accumulation that damages the existing infrastructure, requiring underwater construction techniques and adherence to environmental controls during the specified in-water work period from November 1 to February 28. This project is critical for maintaining the structural integrity of the dam and ensuring effective water management, with an estimated construction cost exceeding $10 million. Interested parties must submit their responses to the Sources Sought notice by October 31, 2024, to the designated contracting officials, Kristel Flores and Andrea Smothers, via email.
    Mt. St. Helen's Sediment Retention Structure Crest Raise
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the "Mt. St. Helen's Sediment Retention Structure Crest Raise" project located in Toutle, Washington. This sources sought notice aims to gather information on the capabilities and qualifications of potential contractors for a Firm-Fixed Price (FFP) contract to raise the crest of the Sediment Retention Structure on the North Fork Toutle River, which is critical for managing sediment flow and maintaining levee protection in the region. The project involves significant construction activities, including mobilization, river diversion, rock excavation, and concrete placement, with an estimated construction value exceeding $10 million. Interested firms must submit their responses by 12:00 PM Pacific Daylight Time on September 20, 2024, to Andrew Sprys at andrew.j.sprys@usace.army.mil, including relevant experience and qualifications.
    Marine Construction - West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, MA
    Active
    Dept Of Defense
    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.
    Mud Mountain Dam Lower Cascade Creek Water Control Facility
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake the Mud Mountain Dam Lower Cascade Creek Water Control Facility project in Enumclaw, Washington. The objective of this procurement is to replace an outdated water control structure that failed during a flood event in 2009, necessitating the full demolition of the existing system and the construction of a modern facility designed to improve flood management capabilities and operational reliability. This project is critical for enhancing the hydrological management of Lower Cascade Creek, ensuring compliance with environmental standards, and minimizing disruption to existing operations, with an estimated construction cost between $10 million and $25 million. Interested parties should note that the solicitation is expected to be issued on or about October 17, 2024, with a closing date around December 3, 2024, and can contact Jeannette Patton at jeanette.k.patton@usace.army.mil for further inquiries.
    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.
    Atchafalaya River, Bayous Chene, Boeuf and Black, Bayou Chene and Avoca Island Cutoff, Maintenance Dredging, Assumption, St. Mary and Terrebonne Parishes, Louisiana ED 24-024
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging along the Atchafalaya River and its associated bayous in Assumption, St. Mary, and Terrebonne Parishes, Louisiana. The project involves the removal and disposal of shoal material, construction of dikes, and adherence to environmental standards, with an estimated completion time of 371 calendar days for base work and an additional 39 days for optional work. This initiative is crucial for enhancing navigability and ecological health in the region's waterways, with a contract value estimated between $25 million and $100 million. Interested contractors must submit their bids by September 18, 2024, and can direct inquiries to Stephanie Mbelu at stephanie.n.mbelu@usace.army.mil or Michelle Dalmado at michelle.dalmado@usace.army.mil.
    FY25 Baltimore Harbor and Channels Maintenance Dredging, Maryland Channels, Chesapeake Bay, MD
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the FY25 Baltimore Harbor and Channels Maintenance Dredging project in Chesapeake Bay, Maryland. This project involves the maintenance dredging of approximately 2,290,000 cubic yards from federal navigation channels serving the Port of Baltimore, with work scheduled to take place from November 2024 to March 2025. The dredging is critical for maintaining navigability in heavy commercial waterways, ensuring the continued operation of the Port of Baltimore. Interested contractors should note that the estimated construction value ranges between $25 million and $100 million, with the solicitation expected to be posted around July 22, 2024. For further inquiries, contact Gary Faykes at GARY.FAYKES@USACE.ARMY.MIL or Amber Rose at amber.l.rose@usace.army.mil.
    LMA RSW Replacement Fender
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the supply and delivery of two new marine leg fenders to replace damaged fenders at the Lower Monumental Lock and Dam in Washington. The procurement requires compliance with specific technical specifications to ensure the fenders' durability and performance under challenging conditions, including UV exposure and extreme temperatures, with detailed requirements regarding dimensions, material tensile strength, and energy absorption characteristics. This project is critical for maintaining the integrity of the dam's infrastructure and ensuring effective water management systems. Interested contractors must submit their proposals by 11:00 AM on September 20, 2024, and should contact Tiffany Chang at tiffany.chang@usace.army.mil or Tracy Gluck at Tracy.Gluck@usace.army.mil for further information.