Z--Folsom Right Wing Dam Ditch Bypass Modifications
ID: 140R2025R0004Type: Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF RECLAMATIONMP-REGIONAL OFFICESACRAMENTO, CA, 95825, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF DAMS (Z1KA)

Set Aside

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

    The U.S. Department of the Interior, Bureau of Reclamation, is soliciting bids for the Folsom Right Wing Dam - North Fork Ditch Bypass Modification project, designated as a Total Small Business set-aside. The project aims to enhance the safety and functionality of the Folsom Dam system through significant engineering modifications, including the installation of drainage systems and inspection wells to mitigate seepage-induced erosion. With an estimated project cost between $5 million and $10 million, contractors are required to submit sealed offers by February 21, 2025, with the performance period set from April 25, 2025, to April 30, 2026. Interested parties can contact Ronald Gamo at rgamo@usbr.gov or by phone at 916-978-4304 for further information.

    Point(s) of Contact
    Gamo, Ronald
    (916) 978-4304
    (916) 978-5175
    rgamo@usbr.gov
    Files
    Title
    Posted
    This government document is an amendment to Solicitation No. 140R2025R0004 concerning the Folsom Right Wing Dam - North Fork Ditch Bypass Modification project. The primary objective of this amendment is to extend the proposal due date from February 12, 2025, to February 19, 2025. It also incorporates revised attachments related to the project. The document specifies that offers must acknowledge receipt of this amendment by various methods before the new due date to avoid rejection. Key changes include a new Section J with several incorporated attachments, such as specifications, drawings, wage rate determination, and forms for past performance and electronic proposal submission. The amendment underscores adherence to regulatory compliance while facilitating participation in the bidding process by providing details on virtual and in-person site visits, including attendance and presentation instructions. Overall, the document serves as a formal notification to potential contractors regarding amendments to the solicitation, ensuring clarity and proper protocol are maintained in the procurement process for this federal project.
    The document pertains to the Amendment 0002 of Solicitation No. 140R2025R0004 for the Folsom Right Wing Dam - North Fork Ditch Bypass Modification project by the Bureau of Reclamation. Its primary purpose is to communicate modifications and updates to the solicitation documents, including revisions to pricing and specifications. Key areas addressed include terms for acknowledging amendments, offer submission guidelines, and a comprehensive outline of responses to offeror questions, which clarify project requirements and procedural expectations. The amendment details adjustments to specifications for construction activities, emphasizing the importance of addressing environmental concerns, such as protecting existing vegetation and adhering to site security protocols. It also confirms updated pricing schedules, clarifications on required submissions, and the submission process for proposals. Physical prints are deemed unnecessary; proposals must be submitted electronically by February 19, 2025. This amendment signifies the government's commitment to transparency and providing thorough guidance to potential contractors. It reflects the Bureau of Reclamation’s focus on efficient procurement processes while ensuring compliance with environmental regulations in construction projects.
    The document serves as an amendment to a solicitation related to the Folsom Right Wing Dam - North Fork Ditch Bypass Modification project. Specifically, it extends the deadline for proposal submissions from February 19, 2025, to February 21, 2025, by 5:00 PM Pacific Standard Time. The document outlines the importance of acknowledging receipt of this amendment for all offers submitted, detailing the acceptable methods for acknowledgment—either by including it with the submission, via separate communication, or electronically. It emphasizes that failure to acknowledge receipt in a timely manner may lead to rejection of offers. Additionally, while this amendment changes the proposal due date, all other terms and conditions of the original solicitation remain unchanged. It reflects procedural requirements typical of federal Requests for Proposals (RFPs), ensuring compliance and clarity in the bidding process for government contracts.
    The virtual site visit for the Folsom Right Wing Dam – North Fork Ditch Bypass Modification occurred on January 23, 2025, lasting approximately 18 minutes. The meeting was attended by 28 participants, including federal agency representatives, contractors, and consultants, indicating a collaborative effort on this project. Key attendees were from the U.S. Bureau of Reclamation and associated contractors. The purpose of the meeting was likely to outline project details and ensure all stakeholders have a clear understanding of the bypass modification's objectives and plans. Given its context within government RFPs and grants, this meeting reflects the federal government's initiative to facilitate stakeholder engagement and transparency in infrastructure projects. Overall, the session serves to support informed decision-making and promote cooperation among various parties involved in the dam modification project.
    The Folsom Right Wing Dam - North Fork Ditch Bypass Modification project involves significant engineering work aimed at enhancing the safety and functionality of the Folsom Dam system. Scheduled for a pre-site visit meeting on January 23, 2025, this initiative includes a solicitation dated January 13, 2025, catering to small businesses under NAICS Code 237990. Key components of the project encompass a filter, drain, and berm installation at the North Fork Ditch culverts to mitigate seepage-induced erosion. The construction areas will require careful coordination with existing flood wall projects by the US Army Corps of Engineers (USACE). Site security measures are specified, designating access zones to ensure safety during construction. The schedule indicates a site visit on January 24, followed by a proposal deadline on February 12, with an estimated contract award in mid-April 2025, spanning 372 calendar days. This modification aims to improve seepage monitoring through the installation of inspection wells at both the Right and Left Wing Dams, ultimately fortifying the structural integrity of the dam system. Compliance with specified safety and excavation protocols is paramount throughout the project.
    The Folsom Right Wing Dam – North Fork Ditch Bypass Modifications is a federal solicitation (No. 140R2025R0004) detailing construction work with a budget between $5,000,000 and $10,000,000, designated as a Total Small Business set aside. The project involves site modifications including dewatering, excavation, and installation of various drainage systems and inspection wells. Key activities encompass clearing, installing security measures, and constructing a seepage stability berm. Proposals are due by February 12, 2025, with a cut-off for questions on January 28, 2025, necessitating early communication for clarity. Contractors face liquidated damages of $2,000 per day if work is delayed beyond 372 days after the notice to proceed. Compliance with Davis-Bacon Wage Rates is mandatory, and contractors must address all evaluation factors to ensure responsive proposals. Safety protocols include site-specific hazard analyses and the use of appropriate personal protective equipment. This document reflects the government's intent to efficiently manage applicant proposals while ensuring adherence to regulatory requirements, safety, and project timelines.
    The Bureau of Reclamation's Region 10 is preparing to solicit proposals for a firm fixed-price construction contract for modifications to the Folsom Right Wing Dam’s North Fork Ditch Bypass. This contract is specifically set aside for small businesses and will follow the lowest price technically acceptable selection process per FAR Part 15. Estimated project costs range from $5 million to $10 million, requiring 100% performance and payment bonds. Key components of the work include site preparation, removal of existing infrastructure, installation of drainage systems, compacting embankments, and utility installations. The solicitation, identified as 140R2025R0004, will be posted on the Government Point of Entry (GPE) around January 3, 2025, with proposals due by February 3, 2025. Interested contractors must be registered in the SAM database to qualify for the award. Inquiries should be directed to designated Bureau contacts. This document serves as a preliminary notice, not a formal proposal request, and does not bind the Bureau in any way.
    The Bureau of Reclamation (Region 10 - California-Great Basin) plans to issue a Request for Proposal (RFP) for a firm fixed-price construction contract related to the Folsom Right Wing Dam – North Fork Ditch Bypass Modification. The solicitation, set aside for small businesses, will utilize the lowest price technically acceptable criteria for selection. The estimated cost of the project ranges from $5 million to $10 million, and contractors will need to provide performance and payment bonds. Key components of the work include site preparation, removing/fencing installation, excavation, concrete removal, installation of drainage systems, and landscaping activities involving topsoil replacement and seeding. The RFP will be posted electronically on the Government Point of Entry (GPE) around January 3, 2025, with proposals due by February 3, 2025. Contractors must be registered in the System for Award Management (SAM) to be eligible for bidding. Inquiries can be directed to designated contacts at the Bureau of Reclamation. This process illustrates the government’s commitment to utilizing small businesses in significant infrastructure projects.
    The document pertains to a Release of Claims related to a contract with the United States Department of the Interior. It stipulates that upon completing all contractual work and before final payment, the contractor must provide the U.S. government with a release of all claims. This release assures the government that the contractor discharges it from any liabilities or claims under the contract, except for those specified within the document. The contractor, upon receiving the due payment, confirms this release with their signature and necessary information, including their corporate status or type of business entity. Additionally, if the contractor is a corporation, a certification of authority is required to validate the signing authority of the representative. This form is crucial in the government contracting process as it secures the U.S. government from future claims or liabilities associated with the contracted work, highlighting a common practice in federal agreements and maintaining financial accountability.
    The document outlines wage determinations under the Davis-Bacon Act for various construction projects in California for 2025. It includes minimum wage rates applicable to different types of work (building, heavy construction, highway) across numerous counties, excluding Amador County for building projects. Key figures include Executive Orders establishing minimum wages: $17.75 for contracts initiated or extended on or after January 30, 2022, and $13.30 for those awarded between January 1, 2015, and January 29, 2022. The document details specific rates and fringe benefits for various trades, including asbestos workers, boilermakers, electricians, and laborers, across defined areas. Moreover, it delineates requirements for contractors regarding worker classifications and conformance requests if a job classification is omitted from the wage determination. This information serves to ensure fair labor standards and compliance with federal wage requirements for contractors working on federally funded projects.
    The Past Performance Questionnaire (PPQ) is designed for evaluating contractors submitting proposals for the Construction of the Folsom Right Wing Dam - North Fork Ditch Bypass Modification, under Solicitation number 140R2025R0020, by the U.S. Department of the Interior, Bureau of Reclamation. The questionnaire collects operational performance data from previous contracts, including company information, contract details, project descriptions, and evaluator inputs. Evaluators provide ratings across various performance aspects such as quality control, adherence to schedules, and overall management integrity, using a scale ranging from Outstanding to Unacceptable. The PPQ must be submitted via email by the solicitation deadline, with evaluators responsible for ensuring timely submissions. The document emphasizes transparency and accountability in contractor performance, capturing feedback regarding past projects and the customer's satisfaction level. This assessment not only influences contractor selection but also aims to enhance service quality in future federal projects, reflecting the government’s commitment to effective procurement processes.
    The Past Performance Data Form is a structured document designed for federal government Request for Proposals (RFPs) requiring contractors to showcase their previous contractual experiences. It includes space for detailing up to three relevant contracts from the last 15 years, highlighting the contract number, project name, location, and the procuring agency, along with points of contact including their email addresses and telephone numbers. Additionally, contract specifics such as the period of performance, awarded contract amounts, the percentage of work subcontracted (particularly to small businesses), and the type of contract (e.g., Firm Fixed Price or Cost Plus Fixed Fee) are documented. Submitters also must confirm whether a Past Performance Questionnaire (PPQ) has been sent to the points of contact. The form emphasizes the necessity for contractors to outline their experience related to the solicitation's needs regarding size, scope, and complexity, ensuring a comprehensive evaluation of their past performance to inform future contract awards. This standardized approach fosters transparency and accountability within the procurement process while prioritizing offers from contractors with proven capabilities.
    The document outlines the responsibilities and requirements for contractors bidding for contracts with the Department of Interior, emphasizing adherence to the standards set by Part 9 of the Federal Acquisition Regulations (FAR). It mandates that prospective contractors must demonstrate their responsibility through detailed submissions of existing commitments, personnel, and equipment availability. Specifically, contractors are required to complete schedules that detail ongoing contracts, indicating the contract holder, contract amounts, descriptions, and performance periods. They must also provide information regarding the labor categories needed for the work, alongside the number of employees available, and inventory details on required equipment. Any shortages in personnel or equipment must be explained, enhancing the clarity and transparency of the contractor's capabilities. The information collected will be treated as confidential and will serve as a basis for the government’s responsibility determination, ensuring that contracts are only awarded to capable and compliant bidders. Overall, this document serves as a critical component of the federal contracting process, aimed at ensuring that government contracts are awarded to responsible and prepared entities.
    The document outlines the electronic proposal submission process for solicitation 140R2025R0004, utilizing the Kiteworks cloud solution for secure file sharing. Interested parties must register for access by emailing designated contacts within Reclamation, ensuring they confirm the email's receipt. Access to Kiteworks will be available temporarily for seven days, requiring time management for uploading proposals. Applicants receive a confirmation email that provides a temporary link for submission and instructions on creating secure passwords. Following file upload, they must notify the contacts for acknowledgment. It is emphasized that participants should not delay this process, as large documents may take time to upload prior to the proposal deadline. Overall, this document serves as a procedural guide for contractors participating in the government RFP process, ensuring compliance with secure submission protocols and highlighting the importance of timely action in the proposal development timeline.
    The document outlines Solicitation No. 140R2025R0004 for the Folsom Right Wing Dam - North Fork Ditch Bypass Modification, issued by the U.S. Department of the Interior's Bureau of Reclamation. It provides comprehensive details about the construction project located at Folsom Dam, California, with an estimated price range of $5 million to $10 million. This project is set aside for small businesses and aims to modify the North Fork Ditch bypass, including tasks such as mobilization, excavation, and installation of drainage systems. The document includes sections covering the bid invitation, pricing schedule, specifications, inspection processes, delivery performance requirements, and contract administration. It emphasizes compliance with safety regulations and environmental standards, especially regarding cultural resource preservation. The contractor is expected to commence work within seven days of receiving the notice to proceed and complete all work within 372 calendar days. The solicitation is structured to guide potential offerors through the bidding process and outlines essential contract clauses, including payment processes, performance bonds, and the responsibilities of designated contracting officers. This procurement serves to enhance infrastructure resilience while ensuring accountability in federal project execution.
    The document outlines the requirements set forth by the Federal Acquisition Regulation (FAR) 36.211(b), emphasizing the importance of detailing policies and procedures related to the definitization of equitable adjustments for change orders in construction contracts. It mandates that agencies provide information on the duration needed to finalize these adjustments, ensuring transparency and standardization in contract administration. Agencies are directed to refer to the designated website for comprehensive guidelines on the subject. This information is crucial for federal agencies, as it enhances accountability in government contracting processes, particularly within the context of federal RFPs, grants, and state/local proposals. Overall, the document underscores the need for systematic procedures to manage changes in construction contracts effectively, thereby promoting fair practices in the allocation of resources and funds.
    The document is an amendment to a solicitation for the Folsom Right Wing Dam project, specifically addressing the North Fork Ditch Bypass Modification. The primary purpose of this amendment is to extend the proposal due date from February 12, 2025, to February 19, 2025, at 5:00PM PST. It also incorporates a revised Section J with new attachments, including information on virtual site visits and an in-person site visit. Offers must acknowledge receipt of this amendment, and changes to existing offers are allowed if communicated properly before the new due date. The period of performance for the contract is set from April 25, 2025, to April 30, 2026. This amendment reflects administrative changes and adherence to federal regulations regarding contract modifications.
    The document is an amendment (No. 0002) to Solicitation No. 140R2025R0004, concerning the Folsom Right Wing Dam - North Fork Ditch Bypass Modification. Its primary purpose is to incorporate various changes into the solicitation documents, including responses to offeror inquiries and revisions across several sections pertaining to supplies, pricing, specifications, and related drawings. Key updates comprise the replacement of specific specifications and drawings to ensure compliance and clarity in the bidding process. The amendment outlines a detailed schedule for the period of performance, set from April 25, 2025, to April 30, 2026. Offerors must acknowledge receipt of this amendment to validate their submissions, and it emphasizes deadlines that are critical to avoid potential rejection of offers. This document reflects standard protocols in federal contracting and procurement, aiming to ensure that all parties have clear and updated information necessary for informed bidding and contract execution.
    The document is an amendment to solicitation number 140R2025R0004, specifically Amendment 0003, issued by the Bureau of Reclamation's Mid-Pacific Region. The primary purpose of this amendment is to extend the proposal due date for the Folsom Right Wing Dam - North Fork Ditch Bypass Modification project. The new deadline for proposal submissions is now February 21, 2025, at 5:00 PM Pacific Standard Time, pushed back from the original date of February 19, 2025. Contractors are required to acknowledge receipt of this amendment to ensure their offers remain valid and are not rejected due to tardiness. This amendment also provides a description of the changes, which are administratively necessary per federal regulations. The period of performance for the associated contract runs from April 25, 2025, to April 30, 2026. Overall, this document is essential for maintaining transparency and compliance in the contracting process, allowing interested parties adequate time to prepare their proposals.
    The Bureau of Reclamation is soliciting bids for the Folsom Right Wing Dam North Fork Ditch Bypass Modification project in Folsom, CA. The estimated project cost ranges from $5 million to $10 million, and it is designated as a Total Small Business set-aside under the Federal Acquisition Regulation (FAR). Interested parties are required to submit sealed offers by a specified date, with performance expected to start shortly after award notification. The performance period is from April 25, 2025, to April 30, 2026, with a preliminary maintenance phase slated for April 1 to April 8, 2025. The project involves modifications aimed at improving dam operations, with the contractor obligated to provide necessary performance and payment bonds. The solicitation reinforces compliance with specific work requirements and the provisions outlined within the documents. Sealed offers must adhere to submission specifications, and late offers beyond a 12-day grace period will be rejected. This document outlines critical processes for bid submission, contract acceptance, and performance expectations in alignment with federal contracting standards.
    Lifecycle
    Similar Opportunities
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
    Y--Town of Coulee Dam Underground Feeders 1, 3, and 4
    Buyer not available
    The Department of the Interior, Bureau of Reclamation, is seeking potential contractors for the replacement of underground electrical feeders in the Town of Coulee Dam, Washington, as part of the Columbia Basin Project. The project involves the installation of approximately 16,700 linear feet of new underground feeders, including rock excavation, road restoration, and the installation of safety equipment, with a performance period expected from August to December 2025. This initiative is crucial for enhancing local infrastructure and ensuring a reliable power supply to the community while adhering to safety standards. Interested contractors must respond by February 28, 2025, and direct all inquiries to Bernard O'Brien at bobrien@usbr.gov, with the estimated project cost exceeding $10 million.
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. This project aims to enhance the safety and structural integrity of the dam, addressing critical geological concerns identified in previous assessments, including karst features and internal erosion risks. The modifications are essential for maintaining effective water management and flood control, reflecting the government's commitment to infrastructure resilience. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211 for further details, with proposals due by April 18, 2025, and an estimated contract value between $250 million and $500 million.
    C--Exterior Stairway Replacement, Grand Coulee Dam Left Powerplant, Columbia Basin
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the Exterior Stairway Replacement project at the Left Powerplant of Grand Coulee Dam in Washington. This project involves the demolition of existing stairways and the installation of two new stairways, along with necessary electrical systems and fire-rated doors, to enhance safety and functionality at the facility. The work is crucial for maintaining operational integrity and public safety, with an estimated contract value between $1 million and $5 million and a performance period expected from October 2025 to April 2026. Interested contractors must respond by February 28, 2025, and can direct inquiries to Syndy Garcia at sfgarcia@usbr.gov or by phone at 208-378-6553.
    Multiple Repairs of Baldhill Dam - Valley City, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for multiple repairs at Baldhill Dam located in Valley City, North Dakota. The project aims to address critical structural deficiencies, including concrete reinforcement, Tainter gate fastener replacements, and grout injection for crack repairs, with work scheduled during low water flow periods in late summer 2025. This initiative is vital for maintaining the dam's operational integrity and ensuring flood control for surrounding communities, while also supporting small business participation as the solicitation is set aside exclusively for small businesses under NAICS code 237990, with an estimated contract value between $1 million and $5 million. Interested bidders must submit sealed proposals by March 11, 2025, and are encouraged to contact John P. Riederer at John.P.Riederer@usace.army.mil or 651-290-5614 for further information.
    J--Pump Bearing Repairs
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation, is seeking qualified contractors to perform maintenance and repair services on four centrifugal pumps located at the Folsom Pumping Plant in California. The procurement involves inspecting, replacing bearings, and commissioning pumps 2, 4, 5, and 6, which are critical for ensuring a reliable water supply to local municipalities. This contract emphasizes the importance of maintaining essential water infrastructure and includes requirements for a site visit, adherence to safety regulations, and a one-year warranty on all repairs and parts. Interested contractors must submit their quotes by February 21, 2025, and can direct inquiries to Chelsea Tikotsky at ctikotsky@usbr.gov or by phone at 916-978-5459.
    Z--Turbine Runner Cavitation Repair, Hungry Horse Field Office
    Buyer not available
    The U.S. Department of the Interior, through the Bureau of Reclamation's Pacific Northwest Region, is seeking a contractor for a five-year Time and Material Indefinite Delivery Indefinite Quantity (IDIQ) construction contract focused on turbine runner cavitation repair at the Hungry Horse Dam in Montana. The primary scope of work includes welding and grinding tasks necessary for turbine runner weld repairs, which are critical for maintaining the integrity and functionality of the dam. This initiative, reserved exclusively for small businesses under the NAICS code 238190, has a total contract ceiling of $3 million, emphasizing the government's commitment to engaging small enterprises in vital infrastructure projects. Interested contractors must be registered in the System for Acquisition Management (SAM), with the solicitation expected to be issued in March 2025; for further inquiries, contact Heather Cagle at hcagle@usbr.gov or call 208-378-5039.
    Oxidation Pond liner install
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the installation of an oxidation pond liner at Success Dam and Lake in Porterville, California. This procurement aims to acquire services related to ground preparation and the installation of underlayment, with a strong emphasis on adhering to safety and quality standards as outlined in the performance work statements. The project is significant for maintaining sewage and waste facilities, ensuring environmental compliance and operational efficiency. Interested small businesses must submit their offers by 11:00 AM on March 13, 2025, and can reach out to La Chad Jefferson at lachad.c.jefferson@usace.army.mil or Raymond R. Greenheck at raymond.r.greenheck@usace.army.mil for further information.
    NCAO Confined Space Rescue Services BPA
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Northern California Area Office (NCAO), is soliciting bids for a Blanket Purchase Agreement (BPA) for Confined Space Rescue Services under Solicitation Number 140R2025Q0016. The objective of this procurement is to establish agreements with qualified small businesses to provide trained rescue teams equipped for operations in permit-required confined spaces at various hydroelectric power plants, ensuring compliance with OSHA standards and timely responses to rescue situations during maintenance activities. The BPA, valued at up to $650,000 over five years, will award up to three fixed-price agreements based on best value, with detailed quotes due by February 26, 2025. Interested contractors can reach out to Taylor Radford at tradford@usbr.gov or by phone at 916-978-5149 for further information.
    West Coast Hopper Maintenance Dredging 2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the "West Coast Hopper Maintenance Dredging 2025" project, which aims to enhance navigational depths in critical areas such as Humboldt Bay and the Lower Columbia River. This federal contract, with an estimated construction budget ranging from $10 million to $50 million, requires contractors to perform maintenance dredging to ensure safe maritime operations while adhering to environmental regulations and safety standards. The project underscores the importance of maintaining navigability in U.S. waters and promotes the inclusion of small businesses in the contracting process, with specific goals for participation from various socio-economic categories. Interested bidders must submit their proposals electronically by February 21, 2025, and can contact Ian Lutjens at ian.k.lutjens@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil for further information.