WD Mayo Alignment Cell
ID: W912BV25R0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST TULSATULSA, OK, 74137-4290, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF CANALS (Y1KB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 7, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 8:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Design-Build project to construct a replacement guide wall extension cell at the W.D. Mayo Lock and Dam 14, part of the McClellan-Kerr Arkansas River Navigation System (MKARNS). This project aims to enhance the structural integrity and functionality of the lock and dam system, which is crucial for maintaining navigation and water management in the region. The opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction. Interested parties should contact Tyler Hastings at tyler.a.hastings@usace.army.mil or 918-669-4396, or Shawn Adkins at shawn.a.adkins@usace.army.mil or 918-669-7483 for further details.

Files
No associated files provided.
Lifecycle
Title
Type
WD Mayo Alignment Cell
Currently viewing
Solicitation
Similar Opportunities
Lock & Dam 7 Outdraft Modification
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the Lock & Dam 7 Outdraft Modification project located in La Crescent, Minnesota. This procurement involves modifying the existing weir and constructing a new rock weir structure at Lock & Dam 7, in accordance with the provided contract drawings and specifications. The project is significant for enhancing the infrastructure of non-building facilities, and it is set aside 100% for small businesses, with a firm fixed-price contract expected to range between $5 million and $10 million. Interested parties should contact Justin H. Rose at justin.h.rose@usace.army.mil or by phone at 651-290-5422 for further details.
Replace and Repair Lock Control System - Smithland Lock and Dam
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and repair of the lock control system at the Smithland Lock and Dam in Brookport, Illinois. This project involves the replacement of existing control stands, lock instrumentation equipment, and updates to the lock operations interlock system to meet current standards, with a total contract value estimated between $1 million and $5 million. The initiative is crucial for enhancing the operational efficiency and safety of the dam, reflecting the government's commitment to modernizing critical infrastructure. Interested small businesses must submit their proposals electronically by April 30, 2025, and can direct inquiries to Joel Huberman at joel.huberman@usace.army.mil or by phone at 502-315-7409.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, aimed at modernizing the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining the operational integrity of the dam, which plays a vital role in regional water management. Interested small businesses must submit sealed offers by April 25, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
Melvin Price Lock and Dam Tainter Gates 4 and 5 Admiralty Repairs
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified businesses to perform repairs on the Tainter Gates 4 and 5 at the Melvin Price Lock and Dam located in Alton, Illinois. This Sources Sought Notice aims to identify potential contractors registered in the System for Award Management (SAM) who have the capability to undertake these admiralty repairs. The repairs are critical for maintaining the operational integrity of the lock and dam facilities, which play a vital role in managing water flow and navigation on the Mississippi River. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further details, as the full requirements are outlined in the attached documentation.
ILLINOIS RIVER BASIN, ILLINOIS WATERWAY, PEORIA, ILLINOIS, PEORIA AND LAGRANGE END OF DAM WICKET BULKHEAD FABRICATION
Buyer not available
The Department of Defense, through the Department of the Army, is seeking bids for the fabrication, assembly, painting, and delivery of a steel bulkhead for the Illinois River Basin project in Peoria, Illinois. This procurement is a 100% Total Small Business Set Aside, specifically targeting firms within the Fabricated Structural Metal Manufacturing industry, as defined by NAICS code 332312. The bulkhead is a critical component for the Peoria and LaGrange end of dam operations, ensuring structural integrity and functionality within the waterway system. The official solicitation is anticipated to be released around June 1, 2025, and interested parties can contact Kate Behrens at Katherine.D.Behrens@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil for further information.
Webbers Falls Tainter Gate Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa District, is seeking information from qualified contractors for the replacement of tainter gates at the Webbers Falls Lock and Dam in Oklahoma. This project involves the design and construction of new gates that will replace existing spillway gates, ensuring compatibility with the current structure while modernizing the design to enhance durability and safety. The estimated construction cost ranges from $25 million to $50 million, with a project duration of approximately 365 days. Interested firms must respond to the sources sought synopsis by May 23, 2025, and can contact Tyler Godwin at tyler.l.godwin@usace.army.mil for further details.
Kansas City Levees Closure Structures Across Railroad Tracks
Buyer not available
The Department of Defense, through the Kansas City District of the United States Army Corps of Engineers (USACE), is seeking contractors for the construction of four closure structures across railroad tracks in Kansas City. This project involves the installation of two stoplog and two sandbag closure structures on both sides of two Union Pacific Railroad-owned bridges, along with the construction of associated floodwalls and storage structures for stoplog components. The successful contractor will need to coordinate with UPRR for construction approvals and manage flagging operations near the tracks, ensuring compliance with safety regulations. Interested parties can contact Myleesa France at myleesa.s.france@usace.army.mil or David Walsh at david.j.walsh@usace.army.mil for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
Bayou Meto Canal 1000 Phase 3.2
Buyer not available
The Department of Defense, specifically the Department of the Army through the W07V Endist Memphis office, is soliciting bids for the Bayou Meto Canal 1000 Phase 3.2 project located in Lonoke County, Arkansas. This project entails the construction of 14,665 linear feet of irrigation canal, including eight farm off-takes, five siphon structures, one gravity turnout, two pump turnouts, along with associated grading and drainage work. The procurement is categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction, and it is a total small business set-aside, with a size standard of $45 million. Interested contractors can reach out to Sequoria Chatmon at sequoria.l.chatmon@usace.army.mil or by phone at 901-544-0973, or Judy Stallion at judy.e.stallion@usace.army.mil or 901-544-0776 for further details.
Design and Construction of Debris Boom for Harry S. Truman Lake and Dam (Warsaw, Missouri)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is soliciting proposals for the design and construction of a debris boom at Harry S. Truman Dam in Warsaw, Missouri. This project aims to create a site-specific debris management system that prevents debris from entering the dam's spillway, enhancing flood risk management and environmental safety. The procurement is set aside for small businesses, with an estimated contract value between $1 million and $5 million, and will follow a two-phase selection process where Phase 1 focuses on evaluating offerors' qualifications without pricing proposals. Interested parties must submit their qualifications by May 19, 2025, and are encouraged to attend a mandatory site visit on April 25, 2025. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
Repair Stilling Basins, Oologah Lake, Oklahoma
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to issue a Request for Proposal (RFP) for the repair of the stilling basin at Oologah Lake, Oklahoma. This project, classified under NAICS code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical infrastructure needs by dewatering the basins and executing necessary repairs. The anticipated contract, valued at up to $45 million, will utilize a Lowest Price Technically Acceptable procurement method, with proposals expected to be submitted by mid-June 2025. Interested vendors must register on the Interested Vendors List and the System for Award Management (SAM) to access the RFP and related documents, and they should note that costs incurred in response to this notice will not be reimbursed. For further inquiries, contact Clinton J. Yandell at clinton.j.yandell@usace.army.mil or Shawn G. Brady at shawn.brady@usace.army.mil.