William H Harsha Lake Tailwater Shelter Rebuild
ID: W912QR26QA002Type: Solicitation
Overview

Buyer

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

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

MAINTENANCE OF RECREATION FACILITIES (NON-BUILDING) (Z1PA)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the William H. Harsha Lake Tailwater Shelter Rebuild project located in Batavia, Ohio. The project entails the complete reconstruction of an existing tailwater shelter into a new pavilion measuring 26ft x 40ft x 14ft, including all necessary labor, materials, and compliance with federal, state, and local regulations. This procurement is a total small business set-aside, with an estimated construction cost between $10,000 and $50,000, and requires contractors to submit their quotes by November 6, 2025, at 12:00 PM ET. Interested parties should contact Marcie Billotto at marcie.billotto@usace.army.mil for further details and are encouraged to attend a site visit to assess the work requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a standard
    This document is a solicitation (W912QR26QA002) for the William H Harsha Lake Tailwater Shelter Rebuild project, a 100% small business set-aside with an estimated construction cost between $10,000 and $50,000. Offers are due by October 24, 2025, at 12:00 PM local time and must be submitted electronically via the PIEE Solicitation Module. The contractor is required to commence work within 10 calendar days of receiving a notice to proceed and complete the project within 90 calendar days. Key requirements include furnishing all labor, materials, and equipment, adherence to contract specifications and all applicable federal, state, and local laws, and compliance with the Buy American statute for construction materials. Bid bonds are mandatory with submission. Contractors must be registered and have current representations and certifications in the System for Award Management (SAM) database, and payment will be made via Electronic Funds Transfer (EFT). The award will be based on the lowest total price to the Government, with a recommended site visit due to the complexity of the work.
    This document is Amendment/Modification 0001 to Solicitation Number W912QR26QA002, issued by W072 ENDIST LOUISVILLE on October 22, 2025. The amendment corrects the line-item description within the Statement of Work (SOW), with the changes highlighted in yellow. It specifically replaces the original "SOW_" attachment with an "Updated SOW" dated October 21, 2025, while maintaining other attachments like the Wage Determination and Representations and Certifications. All other terms and conditions of the solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
    This document, Amendment/Modification Number 0002 to Solicitation Number W912QR26QA002, issued by ENDIST LOUISVILLE, amends a solicitation for a Statement of Work. The primary purpose of this amendment is to update the Statement of Work, with specific changes highlighted in yellow, and to extend the quote due date from October 30, 2025, to November 6, 2025, by 12:00 PM ET. The document also details administrative changes in the attachments section, noting an updated Statement of Work document (SOW updated 23Oct25) replacing the previous version (Updated SOW). All other terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment to ensure their offers are considered.
    This government Statement of Work (SOW) outlines the requirements for the William H. Harsha Lake Tailwater Shelter Rebuild project, including Amendment 0002. The project involves replacing the existing tailwater shelter with a new 26ft x 40ft x 14ft pavilion, complete with a metal roof and finished tongue and groove ceiling. The contractor is responsible for all aspects of the rebuild, including mobilization, labor, materials, permits, and ensuring compliance with state and local building codes. Key requirements include repairing the existing concrete pad, offsetting the new shelter, and adhering to strict safety, security, and environmental regulations. The SOW details pre-work conferences, working hours, holiday and inclement weather policies, a 90-day completion timeline, and mandatory contractor submittals such as an Accident Prevention Plan and Activity Hazard Analysis. Extensive security protocols, including background checks and E-Verify program use, are mandated for all personnel, especially those requiring access to Louisville District Lake and Lock and Dam Projects.
    This Statement of Work outlines the William H. Harsha Lake Tailwater Shelter Rebuild project, a federal government RFP for replacing an existing shelter. The contractor is responsible for all aspects of construction, including mobilization, labor, materials, permits, and disposal. Key tasks include repairing the existing concrete pad, installing a new 26ft x 40ft x 14ft pavilion with a pitched metal roof, and wrapping 6x6 posts in metal. The project has a 90-day completion timeline, requires a pre-work conference, and adheres to specific working hours and federal holidays. Strict safety, security, and environmental compliance are mandated, including detailed plans for accident prevention, hazard analysis, and employee certifications (First Aid/CPR). Contractor personnel and vehicles are subject to security checks, background investigations, and adherence to USACE security protocols. The contractor must also implement a quality control program and cooperate with other entities on-site. Reporting requirements for accidents, property damage, and labor hours are specified, along with invoicing details and contact information for the Technical Point of Contact (TPOC), Samantha Ferrarelli.
    This Statement of Work outlines the William H. Harsha Lake Tailwater Shelter Rebuild project, focusing on replacing the existing shelter with a new 26ft wide x 40ft long x 14ft tall pavilion. The project requires the contractor to repair existing concrete, install a new shelter with specific dimensions and materials, and adhere to strict safety, security, and environmental regulations. Key requirements include submitting drawings for approval, attending a pre-work conference, completing work within 90 days, and complying with all federal, state, and local laws. The contractor must also provide adequate personnel, insurance, and a comprehensive quality control program. Special attention is given to background checks for all personnel, including foreign nationals, and adherence to USACE safety manuals and OSHA standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Lorain Harbor West Breakwater Repair Phase II
    Buyer not available
    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.
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of the intake gate at Unit 3 of the Table Rock Powerhouse located in Taney County, Missouri. This project involves construction services with a magnitude estimated between $1,000,000 and $5,000,000, specifically targeting small businesses as it is a total small business set-aside under the SBA guidelines. The intake gate is a critical component of the powerhouse's operations, ensuring efficient water management and power generation. Interested contractors should note that a site visit is scheduled for November 4, 2025, at 10:00 AM CST, and inquiries can be submitted through the designated RFI platform until November 11, 2025. For further information, potential bidders can contact Shelby Henson at Shelby.m.henson@usace.army.mil or by phone at 501-340-1249.
    JHK Erosion Control
    Buyer not available
    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.
    Paducah Levees Reconstruction Phase 3
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Paducah Levees Reconstruction Phase 3 project, which is set aside exclusively for small businesses. This procurement involves the reconstruction of levees in Paducah, Kentucky, and is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction. The project is critical for flood risk management and infrastructure resilience in the region. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W912QR52370251. For inquiries, potential bidders may contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    John Day Transportation and Site Access
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Sebewaing River South Levee Repairs
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the Sebewaing River South Levee Repairs project, which is exclusively set aside for small businesses. The project involves mobilizing equipment to Sebewaing, Michigan, and executing tasks such as clearing vegetation, installing steel sheet piles, earth anchors, and backfilling/grading along the Sebewaing River and south levee. This work is crucial for maintaining the integrity of the levee system, which plays a vital role in flood management and environmental protection. Interested contractors can reach out to Sally Artz at sally.artz@usace.army.mil or call 313-226-2206 for further details regarding the solicitation.
    EM-DTOS Bldg Roof Replacement Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the EM-DTOS Building Roof Replacement Project located in Old Hickory, Tennessee. This project is a Total Small Business Set-Aside firm-fixed-price construction contract, with an estimated value between $25,000 and $100,000, aimed at replacing the roof of the EM-DTOS building, which is crucial for maintaining the facility's operational integrity. Interested contractors must be registered in SAM and are required to submit their quotes by December 12, 2025, at 2:00 PM Central Time, following a site visit scheduled for December 3, 2025. For further inquiries, potential bidders can contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Alison Abernathy at alison.t.abernathy@usace.army.mil.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.