Illinois River Basin, Brandon Road L and D, Joliet, Illinois, Brandon Road Interbasin Project, Increment 1-A
ID: W912EK25R0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF DAMS (Y1KA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, Rock Island District, is soliciting proposals for the construction contract related to the Illinois River Basin, Brandon Road Interbasin Project, Increment 1-A, located in Joliet, Illinois. The project encompasses a range of construction activities aimed at controlling aquatic nuisance species, including the installation of various deterrents, excavation, and the construction of support facilities and access roads. This initiative is critical for enhancing the ecological integrity of the Illinois River Basin and ensuring the effective management of invasive species. The estimated contract value ranges between $100 million and $250 million, with proposals due by the specified deadlines, and inquiries directed to Contract Specialist Samantha Johanson at samantha.k.johanson@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The USACE Past Performance Questionnaire (Form PPQ-0) is a critical document for evaluating contractor performance in federal government RFPs and grants. It gathers comprehensive information on contractor details, work performed (as prime, subcontractor, or joint venture), contract specifics (number, type, price, dates), and project descriptions, including complexity and relevance to future submissions. The questionnaire requires clients to rate contractors on various performance aspects: Quality (technical data, standards, problem resolution, quality control), Schedule/Timeliness (compliance, resource use), Customer Satisfaction (end-user satisfaction, cooperativeness, overall satisfaction), Management/Personnel/Labor (on-site management, workforce quality, small business utilization, adaptability, overall management), Cost/Financial Management (adherence to price, innovative solutions, invoicing accuracy, accounting system adequacy, financial issues, terminations), and Safety/Security (safety plan adherence, security compliance). The form also includes a section for general comments, overall rating, and a narrative on strengths, weaknesses, and deficiencies. USACE emphasizes that clients should complete and submit the questionnaire directly to USACE, and the government reserves the right to verify all information. The document provides detailed adjective ratings (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) with clear definitions and notes to guide the client's evaluation.
    The Phase I Report for the Brandon Road Interbasin Project details initial geological and engineering analyses for a proposed electrical barrier at the Brandon Road Lock and Dam in Joliet, Illinois. Contracted by the U.S. Army Corps of Engineers, Kaskaskia Engineering Group, LLC (KEG) conducted site preparation, marine and terrestrial geophysical testing, and test pit explorations from November 2021 to February 2022. Key activities included clearing 3 acres, constructing a staging area, performing Electrical Resistivity Tomography (ERT) surveys to define subsurface conditions, and excavating five test pits. Findings indicate overburden soils consisting of silty clay to clay loam and gravelly fill, with varying depths before encountering groundwater or caving. Recommendations include relocating and adding boreholes based on geophysical results to confirm anomalies and obtain additional bedrock samples, aiming to optimize future structural designs.
    Kaskaskia Engineering Group, LLC (KEG) prepared a Phase II report for the U.S. Army Corps of Engineers – Rock Island District, focusing on the Brandon Road Interbasin Project in Joliet, Illinois. The project's primary objectives include defining site geology, engineering properties of soils and bedrock, and performing engineering analyses for bedrock excavation, electrical conductivity, grounding for an electrical barrier, and structural design recommendations. KEG completed 105 borings (73 terrestrial, 32 marine) and nine observation wells between February and October 2022. The report details soil and rock sampling, laboratory testing (including cohesive and non-cohesive soil tests, corrosivity analysis, and various rock strength and composition tests), and borehole abandonment procedures. Challenges included poor sample recovery in cohesionless soils and delays due to barge traffic. The findings will support the design of future structural features and the proposed electrical barrier.
    The Brandon Road Interbasin Project, contracted by the U.S. Army Corps of Engineers, aims to define site geology and engineering properties for the Brandon Road Lock and Dam on the Des Plaines River in Joliet, Illinois. The project focuses on controlling aquatic nuisance species by developing an Engineered Channel with deterrents such as an electric barrier, acoustic systems, and an air bubble curtain. The work involves extensive field and laboratory testing, including soil sampling, rock coring, and analyses of soil and rock properties, seismic parameters, and electrical conductivity. The report also addresses construction considerations like excavation methods, de-watering, slope stability, and the design of proposed structures like boat ramps and sheet pile cells. Historical data correlates well with new findings, indicating the rock is more competent than previously estimated. The project emphasizes protecting existing structures and managing excavated materials.
    This government solicitation amendment outlines modifications for the Illinois River Basin, Brandon Road Interbasin Project, Increment 1-A. Key changes include adding a Project Labor Agreement (PLA) requirement with associated FAR clauses (52.222-33 and 52.222-34), updating the Past Performance Questionnaire (Attachment A), and incorporating Geotech Reference documents (Attachments F, G, and H). The amendment details proposal submission requirements, including electronic submission via PIEE, font sizes, and page limits for various volumes such as Technical Approach, Past Performance, Small Business Participation, Price, and Project Labor Agreement. It also specifies evaluation factors for award, emphasizing that Technical Approach and Past Performance are equally important, and all non-price factors combined are approximately equal to Price. A Project Labor Agreement is mandatory for award eligibility, and detailed evaluation criteria for technical, past performance, and small business participation are provided. The document outlines the government’s right to award without discussions and the process for conducting discussions if necessary.
    The USACE Past Performance Questionnaire (PPQ) serves as a formal evaluation tool for assessing contractors' performance in federal projects. Contractors provide detailed information regarding their work history, including roles (prime, sub, or joint venture), contract specifics (numbers, types, and dates), original and final prices, and project complexity. Clients assess the contractors through a rating system, where performance in categories such as quality, schedule adherence, customer satisfaction, management effectiveness, cost management, and safety/security is quantified using adjectives ranging from "Exceptional" to "Unsatisfactory." This structured approach facilitates verification by the USACE of the accuracy of information provided, ensuring contractors meet established standards. The questionnaire also prompts clients to summarize strengths, weaknesses, and any financial concerns noted during the contractor’s performance, contributing to a comprehensive evaluation of the contractor's reliability. Overall, the PPQ is a critical component of the proposal evaluation process, aimed at enhancing accountability and ensuring quality in federal contracts.
    The Brandon Road Interbasin Project, coordinated by the U.S. Army Corps of Engineers and Kaskaskia Engineering Group, seeks to assess the geological and engineering properties of the site at the Brandon Road Lock and Dam in Joliet, Illinois. The Phase I report, covering activities from November 2021 to June 2022, outlines site preparation, marine and terrestrial geophysical testing, and test pit excavations to inform engineering analyses and future designs. Key activities included clearing and grading three acres of land, conducting electrical resistivity tomography (ERT) surveys to understand subsurface conditions, and excavating five test pits for soil sampling and testing. Findings indicate the site's overburden consists mainly of silty clay and gravelly materials, with groundwater encountered at depths of 7 to 10 feet. Test results suggest the need for further drilling at re-evaluated locations based on geophysical anomalies. The report recommends adjustments to boring locations to improve data collection efforts, underlining the dynamic nature of the geological conditions. Overall, this project aims to facilitate effective infrastructure development while addressing environmental considerations and ensuring structural resilience for future enhancements.
    The Phase II report for the Brandon Road Interbasin Project, commissioned by the U.S. Army Corps of Engineers and executed by Kaskaskia Engineering Group, LLC, details geological and engineering assessments at the Brandon Road Lock and Dam in Joliet, Illinois. The report outlines the completion of 105 soil borings and the installation of 9 observation wells, conducted between February and October 2022, to analyze site geology and engineering properties crucial for designing an electrical barrier feature. The drilling encompassed both terrestrial and marine environments, following modifications to the initial Scope of Work to adapt to project changes. Laboratory analyses of soil and rock samples focused on various engineering properties, revealing the need for additional sampling to ensure compliance with industry standards due to the presence of cohesionless soils. Geotechnical findings, including bedrock descriptions and environmental assessments, inform structural design recommendations for the ongoing project, underscoring the importance of meticulous data collection for engineering support in federal projects. The report signifies active government investment in infrastructure, aimed at maintaining navigational safety and ecological integrity in the area.
    The Brandon Road Interbasin Project, managed by the U.S. Army Corps of Engineers (USACE) in partnership with Kaskaskia Engineering Group, LLC (KEG), aims to manage the transfer of aquatic nuisance species at the Brandon Road Lock and Dam in Illinois. The project's scope includes geotechnical exploration, engineering analyses, and the development of improvements such as an Engineered Channel (EC) with various deterrent technologies (e.g., electric barriers, acoustic deterrents) to prevent invasive species from spreading. The report details the site history, existing geological conditions, and laboratory testing results, while also addressing challenges related to excavation and construction, including rock and soil characteristics. The engineering analysis recommends strategies for minimizing the impact on existing structures and ensuring stability during construction activities. To achieve project goals, comprehensive field and laboratory testing programs were conducted, informing details about soil behavior and the structural integrity of future installations. The analysis concludes with recommendations for design parameters, monitoring techniques, and construction methods, underscoring the project's commitment to ecological preservation and infrastructure integrity.
    The document outlines an amendment and modification for a federal solicitation regarding the Brandon Road Interbasin Project in Joliet, Illinois. The key changes include the introduction of a Project Labor Agreement (PLA) requirement and the addition of specific clauses related to labor regulations. Updates are made to the Past Performance Questionnaire and Geotech reference documents are included as attachments. Proposals must be submitted electronically, outlining rigorous submission requirements, including technical approach, past performance, small business participation, and pricing. Each proposal is structured around designated volumes that specify content parameters and evaluation criteria. The evaluation process emphasizes the importance of performance history and technical capabilities, with non-price factors assessed alongside pricing. Technical Approach and Past Performance hold significant weight, while Joint Ventures and compliance with Labor Agreements are also critical for contract eligibility. An emphasis on small business participation goals is highlighted, urging compliance with established targets. Ultimately, the amendment reinforces a structured approach to assessing contractor capabilities, ensuring all parties meet rigorous standards for this significant construction project.
    The document is a sign-in sheet for a pre-bid site visit related to Solicitation W912EK25R0007, concerning Increment 1-A of the Brandon Road Interbasin Project at the Brandon Road Lock & Dam in Joliet, Illinois, within the Illinois River Basin. The site visit took place on June 5, 2025. All attendees listed are from the US Army Corps of Engineers (USACE), including various engineers, project managers, and quality assurance personnel. The sheet includes their names, titles, phone numbers, and email addresses, with a disclaimer that the information may be posted on SAM (System for Award Management).
    The document is a sign-in sheet for a prebid site visit associated with Solicitation W912EK25R0007, related to the Brandon Road Interbasin Project (Increment 1-A) in Joliet, Illinois. Attendees from the U.S. Army Corps of Engineers (USACE) are listed, including their names, titles, phone numbers, and email addresses. The primary purpose of the visit is to provide interested contractors with access to the Brandon Road Lock, allowing them to evaluate project requirements and specifications firsthand. This interaction is crucial for ensuring that potential bidders understand the scope and criteria outlined in the federal request for proposals, as well as to facilitate collaboration between the USACE and involved stakeholders. The document underscores the importance of these preliminary meetings in the procurement process for federal projects, ensuring transparency and competitive bidding. Overall, the sign-in sheet serves as a formal record of participation and engagement for the project stakeholders.
    Similar Opportunities
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 3-2025, which involves the construction and maintenance of a saltwater barrier sill along the Mississippi River. The project requires contractors to mobilize, perform dredging operations, and provide standby services, with an estimated construction magnitude between $10 million and $25 million, depending on available funding. This contract is crucial for environmental management and flood control in the region, ensuring the integrity of the river ecosystem. Interested bidders must register with the System for Award Management (SAM) and comply with various guidelines, including the Equal Opportunity clause, with bids evaluated based on price and compliance. For further information, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    PRESOLICITATION NOTICE FOR LAKE GEORGE EAST PHASE II DREDGING, EAST CHICAGO, LAKE COUNTY, ILLINOIS
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Lake George East Phase II Dredging project in East Chicago, Lake County, Illinois. This project involves the mechanical dredging of contaminated sediments from the Lake George Canal to enhance sediment and water quality, as well as habitat restoration, addressing legacy contamination issues. The estimated construction cost ranges from $5 million to $10 million, with a contract duration of 545 calendar days, and the solicitation is expected to be advertised in the second quarter of Fiscal Year 2026. Interested small business concerns must be registered in the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation, with inquiries directed to Ericka Hillard at ericka.d.hillard@usace.army.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025 (OM25275)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging work on the Mississippi River, specifically from Baton Rouge to the Gulf of Mexico, under the project titled "Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025." The project requires the provision of a fully crewed and equipped cutterhead dredge with a discharge size of 30 inches or greater, along with all necessary equipment and crew, to ensure the maintenance of critical waterways. This dredging operation is vital for maintaining navigability and supporting commercial shipping activities in the region, with an estimated contract value ranging between $10 million and $25 million. Interested vendors should register on Sam.gov and may contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further details regarding the solicitation process.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 9-2025 (OM25009)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Southwest Pass Hopper Dredge Contract No. 9-2025, which involves the provision of a fully crewed and equipped self-propelled trailing suction hopper dredge. The primary work will take place in the Southwest Pass area of the Mississippi River, with potential extensions to other regions within the New Orleans District and possibly the Galveston and Mobile Districts. This dredging project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction cost ranging between $10 million and $25 million. Interested bidders must register with the System for Award Management (SAM) and are encouraged to contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, as a bid opening date will be established in a future amendment.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 8-2025 (OM25008)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Southwest Pass Hopper Dredge Contract No. 8-2025, which involves the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge. This project is critical for maintaining navigational channels and ensuring safe passage for maritime traffic in the Mississippi River, particularly in the Southwest Pass area, with a construction budget estimated between $10 million and $25 million. Contractors must adhere to safety regulations and environmental considerations, including compliance with affirmative action programs and registration in the System for Award Management (SAM). Interested bidders should direct inquiries to the designated contract specialists, Cori A. Caimi and Bambi Raja, and await further announcements regarding the bid opening date.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 3-2025 (OM25277)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging services in the Southwest Pass area of the Mississippi River, specifically from Mile 6.0 AHP to Mile 19.5 BHP. The project requires the provision of a fully crewed and equipped cutterhead dredge with a discharge size of 30 inches or greater, and the construction magnitude is estimated to be between $10 million and $25 million. This dredging work is crucial for maintaining navigable waterways, ensuring safe passage for commercial vessels in the region. Interested contractors should prepare for the solicitation, which is expected to be issued on or about December 9, 2024, and must register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.