PORT OF NOME MODIFICATION PHASE 1A, NOME, ALASKA
ID: W911KB25RA006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

NATURAL RESOURCES/CONSERVATION- LAND TREATMENT PRACTICES (F006)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Port of Nome Modification Phase 1A project in Nome, Alaska. This construction project involves a 1,200-foot extension of the existing Nome causeway, which will include a layered aggregate and rock embankment, a 30-foot wide road surface, and a 600-foot long open-cell sheet pile dock, while also requiring the removal of existing structures. This initiative aims to enhance navigation and docking capacities for various vessel types, benefiting approximately 60 communities in Alaska, and is estimated to cost between $250 million and $500 million. Interested contractors should note that the proposal due date has been extended to April 28, 2025, and can contact Tammy Davis at tammy.davis@usace.army.mil or call 907-753-5592 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to a solicitation for a construction project, specifically the Port of Nome Modification Phase 1A in Alaska. It outlines procedures for contractors regarding the acknowledgment of the amendment and provides guidelines for modifying existing offers if desired. The proposal due date remains unchanged, and contractors must acknowledge receipt of the amendment using specified methods. Key changes include the scheduling of an organized virtual site visit, which will occur on 11 March 2025, at a designated Microsoft Teams link. Noteworthy modifications to the FAR clause regarding site visits are detailed, including the new procedures for the virtual meeting. The amendment ensures all terms from previous documents remain in effect, highlighting procedural compliance within government contract solicitations and modifications.
    The document outlines the changes to the RFP for the Port of Nome Modification Project, Phases 1A and beyond, managed by the US Army Corps of Engineers (USACE). Key revisions include a revised proposal due date extended from April 14, 2025, to April 28, 2025, and the addition of a second preproposal conference scheduled for April 2, 2025, to clarify project specifications and enhance contractor participation. The project is estimated to cost between $250 million and $500 million, with evaluations based on factors like past performance, technical approach, and price. The modification aims to enhance navigation and docking capacities for various vessel types, thereby improving service to 60 communities in Alaska. Environmental considerations, notably impacts on marine mammals and water quality, will guide project execution, requiring close agency coordination and adherence to safety measures. The schedule indicates that construction is expected to begin in February 2025 and finish by November 2025, showcasing a commitment to infrastructure development in the Arctic region while addressing sustainability and community needs. Overall, the document reflects a strategic approach to enhancing critical maritime infrastructure in Alaska.
    The document outlines updates to procurement and contracting requirements for a government project, emphasizing changes that affect the Second Preproposal Conference scheduled for April 2, 2025. Key revisions include the incorporation of new links for virtual attendance, alterations to response deadlines, and the removal of specific Federal Acquisition Regulation (FAR) clauses related to discrimination and merit-based opportunities. Notably, new clauses addressing apprentices and subcontract requirements have been introduced in alignment with recent executive orders. The Section 00 20 00 document details the logistics for the site visit, including location and access procedures for participants, with options for both in-person and virtual attendance via Microsoft Teams. Clear instructions are provided for individuals requiring base access, ensuring all attendees are accommodated. While no sections or documents were deleted or added, significant revisions are acknowledged. Overall, the document emphasizes compliance with updated federal policies and facilitates clear communication for interested bidders in the procurement process.
    The document details revisions to the specifications for the Port of Nome Modification - Phase 1A project. Key changes include updated drawings and a revised proposal schedule that encapsulates the total costs of line items from 0001 to 0021. Additionally, it outlines modifications to sections concerning salvageable materials and dredging practices. The document specifies that no sections will be deleted or added, ensuring continuity of terms and conditions. Contractors will be required to meet specific requirements for equipment, safety measures, and project coordination, particularly concerning navigation, utility management, and environmental protections. Detailed guidelines for salvaging materials, maintaining equipment, and ensuring quality control during construction are also provided. This information reinforces the importance of adherence to regulations and standards throughout the project execution, reflecting the government’s commitment to robust infrastructure development in Nome, Alaska.
    The document serves as an amendment to a government solicitation for a construction project at the Port of Nome, issued by the U.S. Army Corps of Engineers, Alaska District. It outlines the requirements for acknowledging the amendment, including methods such as completing specified items or sending separate confirmations. Although the due date for proposals remains unchanged, key changes include updates to wage determinations in compliance with the Davis-Bacon Act. New wage rates effective for 2025 are detailed for various construction roles, reflecting compliance with Executive Orders regarding minimum wage rates for federal contractors. Notably, it emphasizes adherence to established labor standards, worker protections under federal orders, and procedures for appealing wage determination decisions. The amendment underscores the importance of proper documentation and compliance in government contracting processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    2026-2028 Homer Harbor & Ninilchik Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is preparing to solicit bids for the maintenance dredging of Homer Harbor and Ninilchik Harbor in Alaska for the years 2026 to 2028. The project involves performing maintenance dredging, placement of dredged materials, and conducting pre- and post-dredge surveys, requiring the contractor to provide all necessary labor, equipment, and materials. This maintenance work is crucial for ensuring navigability and safety in these harbors, which are vital for local maritime activities. Interested contractors should note that the solicitation will be available online on or after December 15, 2025, with an estimated contract award date in February 2026, and must be registered in SAM.gov to be eligible for bidding. For further inquiries, contact Melanie DePuy at melanie.depuy@usace.army.mil or Jennifer Gosh at jennifer.gosh@usace.army.mil.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.
    North Jetty Repairs, Indian River Inlet
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is soliciting proposals for a Firm Fixed-Price construction contract focused on the North Jetty Repairs Project at Indian River Inlet in Sussex County, Delaware. The project entails the repair of a degraded rubblemound jetty, including both subaerial and submerged sections, and the construction of a new seaward terminus, utilizing large rock and marine mattresses in a challenging inlet environment. The estimated construction cost ranges between $25 million and $100 million, with a performance period of 730 calendar days from the Notice to Proceed. Interested contractors must register for a pre-proposal site visit scheduled for November 12, 2025, and submit proposals via the System for Award Management (SAM) and PIEE Solicitation Module by the extended deadline of December 18, 2025. For further inquiries, contact Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil or Brandon Mormello at Brandon.R.Mormello@usace.army.mil.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the New Orleans Harbor and Various Bar Channels Cutterhead Dredge project, designated as Nos. 3-2025. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent waterways. This dredging project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. The solicitation is expected to be issued around April 15, 2025, and interested vendors are encouraged to register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Bambi Raja at 504-862-1499 or Cori A. Caimi at 504-862-1352.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Norfolk District, is seeking qualified contractors for a firm-fixed-price contract to perform construction maintenance at the Fort Eustis Dredge Material Management Area in Newport News, Virginia. The project involves regrading and raising disposal site berms to an elevation of 36 feet, relocating existing spill boxes, and regrading the access ramp to meet the new elevation requirements. This construction effort is crucial for maintaining the operational integrity of dredging facilities, with an estimated project cost between $5 million and $10 million. Interested contractors are invited to submit a capabilities statement, including relevant experience and bonding capacity, to Damian Patterson at damian.c.patterson@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil, by the specified deadline.
    FY26 Willapa Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.