Buckhorn Tailwater Stabilization
ID: W912QR25BA012Type: Solicitation
AwardedMay 19, 2025
$498.9K$498,940
AwardeeSteel Factor Enterprises, LLC Richmond KY 40475 USA
Award #:W912QR25CA005
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

OPERATION OF MISCELLANEOUS BUILDINGS (M1JZ)

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 (USACE) Louisville District, is seeking bids for the Buckhorn Tailwater Bank Stabilization project located in Buckhorn, Kentucky. This project aims to address severe streambank erosion along Squabble Creek, which has impacted adjacent camper pads following a flood event in 2022, requiring repairs that include regrading, rip rap stone protection, and improvements to campground infrastructure. The contract, valued between $500,000 and $1,000,000, is exclusively set aside for small businesses under NAICS Code 237990, with bids due by May 8, 2025, at 10:00 AM ET. Interested contractors should contact Ethan Phillips at ethan.s.phillips@usace.army.mil or 502-315-6545 for further details and ensure compliance with all submission requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The Buckhorn Tailwater Streambank Erosion project in Buckhorn, KY, seeks proposals for various repair and paving services related to erosion control and campground infrastructure. The request for bids includes a base proposal encompassing site work, slope repair, and paving of camper pads and driveways, along with an asphalt milling and overlay for the campground entry road. Contractors are required to provide prices for all items to avoid rejection of their proposal. Optional items can be added at the government’s discretion, including additional asphalt milling, subgrade repairs, and asphalt base course repairs, which can be awarded multiple times based on assessed needs. Each task will adhere to specific performance criteria as outlined in detailed contract drawings and specifications. The document emphasizes the need for coordination with a Geotechnical Engineer for evaluations and specifies that the total bid will be assessed based on the lowest price. The proposal reflects the federal government’s commitment to maintaining and enhancing public facilities, ensuring compliance with safety and operational standards.
    The government solicitation identifies a construction project titled "Buckhorn Tailwater Streambank Erosion" located in Buckhorn, Kentucky, with an estimated construction value between $500,000 and $1,000,000. The project is entirely set aside for small businesses, with the award based on the lowest bid received. Contractors must provide necessary documentation, including performance and payment bonds, and adhere to all federal, state, and local regulations. A site visit is scheduled, and bids are due by May 8, 2025, at 10:00 AM ET, with guidelines provided for electronic submissions through the Procurement Integrated Enterprise Environment (PIEE). The scope of work includes site preparation, slope repair, and paving of camper pads and driveways, with optional tasks for further milling and repairs available. Additionally, it emphasizes the importance of registration in the System for Award Management (SAM) for all contractors. The document serves to outline the parameters for compliance and implementation of the construction requirements, ensuring accountability and safety throughout the project lifecycle.
    The government solicitation W912QR25BA0120001 seeks bids for the Buckhorn Tailwater Bank Stabilization project in Buckhorn, Kentucky, aimed at addressing streambank erosion. The estimated construction cost ranges between $500,000 and $1,000,000, with the contract awarded based on the lowest bid. This project is exclusively set aside for small businesses, operating under NAICS Code 237990 and a size standard of $45 million. Bidders must complete all sections on the Standard Form 1442, ensure registration in the System for Award Management (SAM), and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by May 8, 2025, at 10 AM ET. Key site work includes mobilization, erosion control measures, utility reconstructions, and various pavement tasks. A site visit is encouraged prior to bidding. Performance and payment bonds will be required, but in lieu of a performance bond, only a payment bond or irrevocable letter of credit is necessary. Overall, the document governs the procurement process, emphasizing compliance with federal acquisition regulations and the importance of small business participation.
    This document outlines the amendment of solicitation W912QR25BA012, specifying changes to the original solicitation terms. The primary focus of the amendment is the correction of the Department of Defense Activity Address Code (DoDAAC) for certain line items, changing it from 12Z688 to 964839, which relates to the Army Corps of Engineers at Buckhorn Lake. The due date for bids remains unchanged at May 8, 2025, at 10:00 AM ET. The amendment stipulates that all offers must acknowledge receipt of this amendment to avoid rejection, and any changes to previously submitted offers can be communicated via letter or electronic methods prior to the specified deadline. Supporting details include updated delivery information for multiple line items, indicating a correction of the place of performance due to the DoDAAC adjustment, along with the contact information for an official involved in the solicitation process. This amendment ensures clarity and accuracy in the bidding process for contractors responding to the solicitation.
    The document outlines the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky, as part of a federal initiative managed by the U.S. Army Corps of Engineers. It states the contract number (W912QR25BA012) and the project’s issue date (November 2024), which is notable for FY2025. The project aims to address streambank erosion in the Buckhorn area by employing various engineering and environmental management strategies. Essential elements include site preparation, construction limitations to minimize disturbance, ongoing monitoring for efficiency, and environmental protection through erosion prevention practices. The document includes maps for project location, contractor haul routes, and field verification of utilities. Specific details outline contractor responsibilities, established work limits, and measures for sediment control. This project emphasizes regulatory compliance and the preservation of environmental integrity while addressing public safety standards. Overall, it reflects the government's commitment to land management and infrastructure improvement within the framework of federal grants and RFPs.
    The solicitation for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky aims to stabilize the streambanks following a design-bid-build approach, with performance expected to begin within specified timeframes. The project is set aside for small businesses, with an estimated construction cost between $500,000 and $1,000,000 and an award basis of low bid. Proposals must include required performance and payment bonds, although a performance bond is not necessary. Site visits are strongly encouraged, and all submissions are due by specified deadlines. The project’s specifications cover procurement requirements, general conditions, safety protocols, and detailed requirements for maintaining as-built documentation throughout the construction. Contracts stipulate environmental protections, utility management, and restrictions on subcontracting. Compliance with labor standards and regulations specific to government contracts is mandatory. This project seeks to ensure safety, ecological integrity, and effective execution in line with federal contracting procedures, thus showcasing the government’s commitment to environmental management and community welfare.
    Lifecycle
    Title
    Type
    Similar Opportunities
    JHK Erosion Control
    Dept Of Defense
    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.
    Long Run Watershed Stabilization Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Pittsburgh District, is seeking responses from qualified contractors for the Long Run Watershed Stabilization Project in McKeesport, Pennsylvania. The project involves excavation and removal of debris from existing culvert pipes, installation of new precast modular block gravity retaining walls, and restoration of disturbed areas, with a construction magnitude estimated between $100,000 and $250,000. This Sources Sought Notice is intended for planning purposes only, and interested contractors must submit their intent to bid, capability statements, bonding capacity, and relevant certifications by 10:00 AM ET on December 23, 2025, to Aaron Barr at aaron.m.barr@usace.army.mil, with a copy to Leanna Lesefka at leanna.c.lesefka@usace.army.mil.
    Levee Repairs at Saline County Levee District #2, Ray-Carroll Bottoms Consolidated Levee District of Carroll County, and Howard County Levee District #4
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is preparing to solicit bids for a construction contract focused on repairing levees in Saline County, Carroll County, and Howard County, Missouri. The project entails comprehensive construction services, including earthwork operations, erosion repair, levee surfacing, and the installation of drainage structures, all aimed at restoring the integrity of the levee systems. This initiative is crucial for maintaining flood protection and ensuring the safety of the surrounding communities. The contract will be a Firm-Fixed Price (FFP) agreement, with an estimated value between $250,000 and $500,000, and is set aside exclusively for small businesses. Interested contractors should prepare for a site visit and ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, which are anticipated to be due within 60 days of the solicitation release. For further inquiries, contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    Lorain Harbor West Breakwater Repair Phase II
    Dept Of Defense
    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.
    Blount Avenue Channel Modification, Cleveland, Tennessee
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Nashville District, is seeking bids for the Blount Avenue Channel Modification project in Cleveland, Tennessee. This project aims to enhance flood risk management by modifying approximately 1,300 linear feet of channel along South Mouse Creek, involving tasks such as excavation, grading, hydroseeding, and riprap placement. The anticipated contract value is estimated between $500,000 and $1 million, with a performance period of approximately 365 days from the notice to proceed. Interested small businesses must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, with the solicitation expected to be released around July 11, 2025. For further inquiries, contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.
    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.
    Dept Of Defense
    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.
    Pike Island Locks and Dam Bulkhead Slot Coring and Wiresawing
    Dept Of Defense
    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.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Lagoon Aeration
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.