Presolicitation Notice for Tom Jenkins Dam, Stilling Basin Concrete Repair, Glouster, Ohio
ID: W91237-26-R-A005Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST HUNTINGTONHUNTINGTON, WV, 25701-5000, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, Huntington District, is seeking contractors for the Tom Jenkins Dam, Stilling Basin Concrete Repair project located in Glouster, Ohio. The procurement involves a firm-fixed price construction contract that requires the contractor to furnish all necessary materials, equipment, labor, and supervision to complete the concrete repair work in accordance with industry standards and contract specifications. This project is critical for maintaining the structural integrity of the dam and ensuring safety in the surrounding area. Interested small businesses must submit proposals electronically through the PIEE Solicitation Module by the deadline, with solicitation documents expected to be available on or about December 29, 2025. For further inquiries, potential bidders can contact Katrina Lazare at katrina.d.lazare@usace.army.mil or by phone at 304-399-5183.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    W91237-26-Q-A004 Clendening Dam Rip Rap Supply
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the supply and delivery of 2,200 tons of ODOT Type D Limestone Rip Rap to Clendening Dam in Tippecanoe, Ohio. This contract is set aside for Women-Owned Small Businesses (WOSB) and requires adherence to Ohio Department of Transportation specifications, with a delivery schedule spanning from December 31, 2025, to January 31, 2026, allowing for a maximum of 1,000 tons to be delivered per day. The limestone rip rap is crucial for erosion control and structural integrity at the dam site. Interested vendors should reach out to Carrie McClung at carrie.e.mcclung@usace.army.mil or call 304-399-5291 for further details, and must review the solicitation documents available through the PIEE system for complete instructions and requirements.
    Lorain Harbor West Breakwater Repair Phase II
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for the repair and rehabilitation of the Lorain Harbor West Breakwater in Lorain, Ohio. This project aims to restore the structural integrity of the breakwater, which is vital for harbor protection and safe navigation, having suffered significant deterioration due to age and environmental factors. The contract will be a Firm-Fixed-Price (FFP) type, with an estimated value between $10 million and $25 million, and is set aside exclusively for small businesses. Interested parties should note that the solicitation is expected to be issued around December 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Andrew Hewitt at andrew.b.hewitt@usace.army.mil or call 716-339-3307.
    JHK Erosion Control
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Pike Island Locks and Dam Bulkhead Slot Coring and Wiresawing
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Pittsburgh District, is soliciting bids for the Pike Island Locks and Dam Bulkhead Slot Coring and Wiresawing project located in Wheeling, West Virginia. The project involves the preparation of the site for future installation of downstream bulkhead recesses, which includes coring holes and wiresawing concrete in both the Main and Auxiliary Lock Chambers, with some work occurring underwater. This procurement is critical for maintaining the structural integrity of the locks and ensuring the continued functionality of the dam. Interested small businesses are encouraged to reach out to Aaron Barr at aaron.m.barr@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil for further details, as this opportunity is set aside for total small business participation under SBA guidelines.
    John Day Transportation and Site Access
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Pre-Solicitation Notice: O and M Emergency Repair Sanders Left Embankment Seepage, Emmett Sanders Lock and Dam McClellan - Kerr Arkansas River Navigation System Jefferson County, Arkansas.
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking bids for the O and M Emergency Repair of the Sanders Left Embankment Seepage at the Emmett Sanders Lock and Dam, part of the McClellan-Kerr Arkansas River Navigation System in Jefferson County, Arkansas. This project, classified under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical repair needs to ensure the structural integrity and operational functionality of the dam. The contract, which is a Total Small Business Set-Aside, is valued between $500,000 and $1 million, with a project duration of 212 calendar days following the Notice to Proceed. Interested bidders must submit their proposals by December 5, 2025, and can contact Shelby Henson at Shelby.m.henson@usace.army.mil or 501-340-1249 for further information.
    FY26 Cleveland Dredge
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for the FY26 Cleveland Dredge project, which involves dredging approximately 250,000 cubic yards of material from Cleveland Harbor in Ohio. This project is designated as a 100% Small Business Set-Aside and will be executed under a Firm-Fixed-Price (FFP) Invitation for Bid (IFB) contract, with a project magnitude exceeding $10,000,000, necessitating bonding. The official solicitation is anticipated to be released around January 20, 2026, and interested contractors must register on the Procurement Integrated Enterprise Environment (PIEE) website and maintain an active registration in the System for Award Management (SAM) database to be eligible for award. For further inquiries, potential bidders can contact Peter R. Gembala at peter.gembala@usace.army.mil or Walter Kamad at walter.kamad@usace.army.mil.
    56--OH OTTAWA NWR WATER CONTROL STRUCTURE 0001
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is soliciting proposals for the procurement and delivery of water control structure components for the Ottawa National Wildlife Refuge in Oak Harbor, Ohio. The project requires a contractor to supply various materials, including pre-cast concrete boxes, HDPE pipes, aluminum stop logs, and sealants, aimed at enhancing wetland units and improving drainage within the refuge complex. This procurement is critical for maintaining the ecological integrity of the refuge and ensuring effective water management. Interested small businesses must submit their quotes by January 21, 2026, following a mandatory pre-offer site visit on January 8, 2026, and can contact Jeremy Riva at jeremyriva@fws.gov for further details.
    Lake Traverse Bil Gate Repairs and Modernization
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    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 for Lock and Dam 25, located in Winfield, Missouri. This project is part of the Navigation and Ecosystem Sustainability Program (NESP) and aims to enhance navigation and ecological sustainability along the river system. The procurement process includes a series of amendments and opportunities for industry engagement, including an Industry Day and one-on-one interviews, with key deadlines for registration and responses set for June 2024. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil for further details and to access the necessary documents.