Cape Cod Canal, Buzzards Bay, MA ? Painting and Steel Repairs, Vertical Lift Railroad Bridge
ID: W912WJ25B0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Painting and Wall Covering Contractors (238320)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for painting and steel repairs on the Vertical Lift Railroad Bridge over the Cape Cod Canal in Buzzards Bay, Massachusetts. The project involves critical maintenance to ensure the structural integrity and operational safety of the bridge, which is vital for both rail and maritime traffic. Interested contractors must adhere to specific requirements outlined in the solicitation, including quality control measures and environmental protection plans, with the bid submission deadline extended to March 12, 2025. For further inquiries, potential bidders can contact Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL.

    Files
    Title
    Posted
    The document pertains to the Vertical Lift Railway Bridge over Cape Cod Canal at Buzzards Bay, Massachusetts, focusing on the operating machinery associated with the bridge's mechanisms. It includes detailed drawings and specifications for various components, such as machinery, operating systems, and related parts. Key sections detail the main sheaves, track materials, and general plans of the operating machinery. The file highlights the engineering standards and specifications required by the U.S. Army Corps of Engineers, emphasizing the critical quality and accuracy for all listed materials. Additionally, it outlines the assembly process, listing all necessary components, such as bolts, nuts, and gears, along with their respective standards and dimensional requirements. The comprehensive detail illustrates the project's complexity and underscores the importance of adherence to engineering norms for operational safety and effectiveness. This file is a critical reference for contractors involved in bridge construction and maintenance, framing the expectations from bidders in response to federal and local RFPs for infrastructure projects.
    The document details the architectural and engineering plans for the Vertical Lift Railway Bridge over the Cape Cod Canal at Buzzards Bay, Massachusetts. It includes a comprehensive index of sheets outlining original design drawings, elevations, topographical maps, and structural details relevant to the bridge's construction. Key sections cover the designs for main piers and abutments, lift span stress calculations, counterweight specifications, and machinery integration. The project, approved by the U.S. Army Corps of Engineers, emphasizes structural integrity and aligns with federal and local regulations for bridge engineering. Full structuring involves complex calculations for material requirements, including granite foundations and concrete usage, ensuring safety and durability for railway operations. The document's organized approach facilitates funding requests and grants, showcasing the plans’ alignment with government standards for infrastructural projects. Additionally, it considers environmental factors and geological assessments necessary for construction, highlighting its significance in maintaining infrastructure for public transportation. The detailed plans serve as the basis for bidding and procurement processes, making them crucial for construction stakeholders involved in state and local RFPs.
    The document outlines the erection plan for the Cape Code Railroad Bridge, detailing specific construction drawings and plans necessary for the installation of various components. It includes sections for the main counterweight boxes, south and north tower erection plans, a general plan, and several detailed diagrams related to machinery houses and structural reinforcements. Multiple plans (P1-P15) depict the construction phases and specifications, including track plans, adjustment details for assembly, and reinforcement strategies for the operational facilities. The document serves as a technical guideline aimed at facilitating the construction process in compliance with engineering standards. It conveys essential information regarding the erection strategies and structural details required for constructing and assembling the bridge and its components. The inclusion of abbreviations suggests that the audience is expected to have familiarity with construction terminology, indicative of its professional and technical context. Overall, the primary purpose is to provide a structured approach for teams engaged in the construction and erection of the bridge, ensuring clarity and precision in execution.
    The 2022 Routine Inspection report for the Buzzards Bay Vertical Lift Railroad Bridge outlines findings related to its mechanical and electrical operating systems, prepared by Wiss, Janney, Elstner Associates, Inc. The inspection, conducted from March 7-11 and April 8, 2022, revealed that mechanical systems were generally in fair condition, with significant issues identified at the lower span locks, where the north receivers had failed. Strain gage testing indicated increased imbalance in the span, necessitating adjustments. The report also highlighted concerns about lubrication, paint deterioration, and the need for various repairs and maintenance activities, such as replacing the lower span lock right-angle reducers and ensuring proper lubrication of counterweight ropes. On the electrical side, the systems were found to be in good operating condition, although some compliance issues were noted, such as missing arc flash hazard warnings. A malfunction during load bank testing of the emergency generator was also documented, indicating a need for further investigation. The report concludes with several recommendations for maintenance and repairs to enhance long-term functionality and ensure compliance with national electrical codes. Overall, the document serves to guide the necessary actions for the bridge's upkeep, emphasizing maintenance as key to reliable operation.
    The 2022 Routine Inspection Report for the Vertical Lift Railroad Bridge over the Cape Cod Canal, conducted by the US Army Corps of Engineers, reveals the bridge's overall condition remains stable since the last inspection in 2020. The inspection covered critical structural components on various elements like the substructure (rated good), superstructure (rated fair), and deck (rated good). Notable findings include localized deterioration in timber railroad ties and truss members, with some areas of arrested section loss and emerging corrosion. The deck presents minor to moderate wear, while the superstructure shows significant section loss in particular truss components, indicating an urgent need for repairs. The paint system, while mostly intact, shows signs of failure leading to localized corrosion. Additional maintenance recommendations include addressing deformities, updating load ratings, and preparing for comprehensive inspections in 2024. This report illustrates the structure’s ongoing maintenance needs and establishes a framework for future evaluations and funding requests, aligning with federal regulations for bridge safety and structural integrity management.
    This document is an amendment to a solicitation referenced under contract ID W912WJ25B0001, issued by the U.S. Army Engineer District, New England. The amendment serves to provide an updated site visit attendee list and a modified wage determination for the relevant project. The site visit included participants from various companies such as Anvil Steel, Champion Painting, and Liberty Maintenance, among others. Additionally, the wage determination applicable to this project has been updated, detailing its specific number, modification status, and effective date, which is available at a designated government link. While these changes were made, all other terms and conditions of the original solicitation remain unchanged. It is crucial for offerors to acknowledge receipt of this amendment as instructed to avoid rejection of their proposals. The document emphasizes compliance with federal contracting processes and ensures transparency and accountability within the procurement framework.
    The document serves as an amendment to a solicitation related to a federal contract, outlining responses to requests for information (RFIs) regarding construction specifications. Key points of the amendment include clarifications on contractor requirements and stipulations about project execution. The government specifies that the contractor can only work on three bays at a time, and safety restrictions dictate the installation of platforms for maintaining train travel and marine visibility. The contractor does not need to regrease cleaned surfaces or paint the interior of supporting columns. The amendment also addresses maintenance of navigation lights, compliance with VOC limitations on coatings, and inspection requirements for blast abrasives per specified standards. Clear guidance is provided on accessing record drawings and compliance with US Coast Guard regulations for navigational aids. This amendment reflects the government's intent to ensure project specifications are clearly understood while maintaining compliance with safety and operational regulations during the construction process.
    This document serves as Amendment 0003 to a solicitation issued by the U.S. Army Engineer District, New England, impacting contract W912WJ25B0001. The primary purpose of this amendment is to extend the bid due date from February 5, 2025, to February 19, 2025, and to modify specifics around the project concerning the "Painting of the Railroad Bridge." Key updates include stipulations for blast media testing and responses to requests for information (RFIs) from contractors. Notably, the amendment addresses concerns regarding the limitation on containment panels and sets a deadline for RFI submissions as February 10, 2025. Additionally, it confirms that all other terms and conditions remain unchanged. This amendment emphasizes effective communication between the government and contractors, ensuring clarity in project specifications and timelines, which is crucial for compliance and project execution in government contracts.
    This document is an amendment to a federal solicitation and contract (ID W912WJ25B0001), issued by the U.S. Army Engineer District, New England, mainly responding to requests for information (RFIs) related to a painting contract for a steel railroad bridge. Key clarifications were made regarding inaccessible areas of the bridge, defined as locations physically unreachable by personnel. Specific responses include: the contractor is not required to move wood ties or remove steel lattice for access, and certain interior surfaces will not need painting. The document outlines requirements for coating processes, specifies that no additional caulking or grease replacement is needed, and identifies protective measures for sensitive equipment. It also addresses environmental considerations, confirming no endangered species affect the project and detailing safety compliance measures regarding electrical work on site. Overall, this amendment serves to clarify project expectations and enhance contractors' understanding, ensuring successful fulfillment of the contract’s painting specifications and conditions.
    This document serves as an amendment to a solicitation for a construction project with the U.S. Army Engineer District, New England. The primary purpose of this amendment is to extend the bid deadline from February 19, 2025, to March 5, 2025, and to address several inquiries regarding project specifications and safety measures. Key responses include the limited availability of space in existing counterweight pockets, maintaining the current power state of truss span cables during construction, and the Government's commitment to disconnecting radio antennas for worker safety. Clarifications on vertical clearances from the lift span to the railroad tracks and water are provided, with specific heights outlined. Additionally, concerns regarding possible contamination from abrasive blasting methods were raised, but no changes to the original requirements were accepted. These inquiries and their responses are critical for ensuring contractors understand the project requirements and can prepare adequate bids. Overall, the amendment maintains all other conditions as unchanged while providing clarity on safety and operational protocols necessary for the execution of the contract.
    This document serves as Amendment 0006 to a federal solicitation regarding a construction project overseen by the U.S. Army Corps of Engineers, New England District. It addresses various requests for information (RFIs) submitted by contractors and provides clarifications on contractual obligations and specifications. Notably, it confirms that additional site visits will not be scheduled, emphasizes compliance with Executive Order 13706 regarding paid sick leave, and specifies that a bid bond must be submitted on Standard Form (SF) 24. The amendment also includes significant changes such as the deletion of a requirement for workers with active immunity to histoplasmosis for handling bird guano and allows for temporary storage of hazardous materials on site. Additionally, it clarifies coating application processes and structural engineering requirements, defining permissible fuel storage limits during operations and outlining responsibilities for quality control personnel. Overall, this amendment aims to facilitate contractor compliance and ensure clarity in project execution while maintaining regulatory adherence and safety standards throughout the construction process. These modifications reflect the government's ongoing efforts to support contractors in delivering services effectively.
    The amendment of solicitation W912WJ25B0001 outlines modifications to an ongoing contracting process by the U.S. Army Engineer District, New England. This amendment addresses contractor inquiries regarding project specifications and extends the bid submission deadline from March 5, 2025, to March 12, 2025. Notable points of clarification include the locking mechanism of the lift span in the up position, the prohibition of expendable abrasives for steel cleaning, and the contractor's obligation to coordinate with rail companies regarding railroad liability insurance requirements. The amendment also states that the government will not impose liquidated damages for delays related to construction operational restrictions as outlined. Furthermore, it indicates that the number of daily trains varies between 2 to 10, traveling at speeds of 10-15 MPH. Overall, this document serves to ensure all parties are aware of project guidelines, constraints, and expectations, thus facilitating a clearer bidding environment while maintaining adherence to federal contracting standards.
    The document consists of detailed shop drawings and plans related to the design and construction of a significant engineering project, likely involving tower structures and associated machinery. The file includes various sections numbering in the hundreds, detailing components such as grillages, bearing spans, lower tier and upper tier columns, counterweight systems, and machinery housing. The illustrations include plans for erection, layout of machinery, structural components, and specific design details for the operational machinery involved. Included are design specifications for multiple construction elements, such as lateral supports, sheaves, railings, and bracing details for both tower spans and the operational house. The drawings also incorporate previous engineering considerations, updates, and structural reinforcements as part of the machinery houses. This comprehensive array of plans establishes the groundwork for construction sequences and operational setup, demonstrating a methodical approach in engineering practice with a strong focus on providing clear guidance for contractors and engineers engaged in the project. Overall, the document serves as a critical reference for ensuring structural integrity and operational efficiency in the related construction activities.
    The U.S. Army Corps of Engineers, New England District, is set to undertake a project for painting and steel repairs on the Vertical Lift Railroad Bridge at Cape Cod Canal, Buzzards Bay, MA. Scheduled for proposal issuance in November 2024, this unrestricted project falls under the NAICS code 238320 and has an estimated cost between $10 million and $20 million, with a performance period of approximately 545 days. The project involves thorough blast cleaning and the application of a high-performance paint system to the bridge's steel work, along with limited steel repairs. It is crucial to maintain the bridge's function as it supports active rail traffic, with daily trains and specific operational needs during summer months. Coordination with the Massachusetts Bay Transportation Authority, Mass Coastal Railroad, and the Canal Marine Traffic Controller is essential. The solicitation details will be available online, with qualifications for bidders requiring access to SAM and PIEE sites to review and submit proposals. The contract specialist can be contacted via email for further inquiries, highlighting the structured approach to facilitate effective contractor engagement for this structured federal initiative.
    The document is a compilation of construction drawing sheets associated with a federal project involving detailed blueprints and specifications for a tower structure, likely a bridge or similar engineering feat. It encompasses various stages of planning, including shop drawings from 1935, original design drawings from 1934, operating machinery plans, and erection plans. The sheets outline specific components such as grillages, towers, columns, struts, counterweights, and machinery houses, showcasing the intricate design and structural elements necessary for the project's execution. Key details include systematic labeling for each sheet, highlighting major aspects like pier construction, counterweight mechanisms, and machinery installation, which demonstrate the engineering complexity involved. The document serves as a crucial reference for contractors and engineers involved in the construction and assembly, ensuring adherence to technical specifications and design parameters. This compilation reflects regulatory compliance and technical precision required in federal construction projects, indicating the document's purpose as an operational guideline within the framework of government RFPs and local grants pertaining to infrastructure development.
    The document titled "Structural Shop Drawings 1934" outlines an extensive array of structural components related to tower spans, grillages, and columns, primarily for Pier B and C. Each entry corresponds to specific drawing numbers detailing various elements such as grillages, bearing spans, floor beams, lateral and diagonal supports, and elevator guide systems. It includes tier columns, sway frames, and bracing structures necessary for tower stability and function. The use of abbreviations throughout facilitates reference to location, diagram types, elevation, and plate designations, suggesting a technical focus aimed at engineering professionals involved in construction or modification projects. Overall, the document serves as a technical guide, providing crucial schematics that would support government infrastructure projects, likely in context with federal or state RFPs for structural engineering and construction contracts.
    The document consists of a comprehensive list of structural shop drawings relating to a construction project, identified as "STRUCTURAL SHOP DRAWINGS 1934 #101 to 154." It details various components and features involved in the construction process, including locations, platforms, girder designs, machinery houses, operator's houses, and other structural elements. Each drawing is assigned a unique number and description, addressing specific parts such as the machinery support, roof structures, bracing, and railings. Notably, drawing #101 is missing, while the subsequent numbers (102-154) provide a systematic breakdown of vital structural elements necessary for the construction project. This document likely serves as a foundational reference for contractors and engineers involved in the project, ensuring that all structural components are clearly understood and accurately implemented during the construction phase. It emphasizes precise coordination and adherence to the design specifications critical in government contracts or grants related to infrastructure projects. Overall, the file demonstrates meticulous planning required in developing essential drawings for structural integrity and project execution.
    The document presents a comprehensive list of structural shop drawings related to a project, enumerating items numbered 51 to 100. Key drawings include structural elements such as railings, girders, platforms, and counterweights that contribute to the construction and operational integrity of towers and spans. It highlights various components like main counterweight boxes, sheave girders, and auxiliary structures, emphasizing details necessary for execution. Additionally, the drawings refer to location and elevation diagrams for specific components, ensuring clarity in construction. This document serves as a technical reference for contractors and engineers involved in the project, aligning with the federal government’s requirements in RFPs and grants by ensuring that structural details comply with safety and design standards. The systematic breakdown facilitates a thorough understanding of the structural framework required for the project, indicating the precision and specificity demanded in the construction industry.
    The document outlines the amended specifications for the Painting and Steel Repairs project on the Railroad Bridge at Cape Cod Canal, MA. It highlights substantial changes to critical sections, emphasizing quality control (QC) and temporary environmental controls essential for the project. This includes the establishment of a robust QC program, requiring a designated Quality Control Manager to oversee compliance with contract specifications, coordinate activities, and maintain documentation. The QC program mandates three phases of control for construction work: preparatory, initial, and follow-up phases, ensuring that every definable feature of work meets regulatory standards and quality requirements. Furthermore, an Environmental Protection Plan must be prepared to mitigate environmental impacts, including specific duties assigned to personnel responsible for handling hazardous materials and waste management. Compliance with federal and state regulations is stressed, making it clear that all construction activities must prioritize environmental protection and public safety. This amendment demonstrates the government’s commitment to quality assurance and environmental stewardship within federally funded infrastructure projects.
    The United States Coast Guard's Bridge Administration Division outlines the minimum lighting requirements for various types of bridges in accordance with specific federal regulations (33 CFR). Each category of bridge—fixed, swing, retractable, bascule, and vertical lift—has distinct requirements regarding light colors, visibility arcs, and the configuration of lighting. For instance, fixed bridges necessitate three white lights in a vertical alignment, while swing bridges require alternating red and green lights. Retroreflective panels are mandated to enhance visibility, with specifications for size and location to ensure safe navigation. Additionally, guidelines for radar reflectors, clearance gauges, and daymarks are provided to further aid mariners. The document serves as a comprehensive regulation framework aimed at enhancing navigational safety and compliance on waterways that intersect with bridge structures, reflecting the Coast Guard's commitment to maintaining effective maritime navigation standards. The regulations support federal and state/local RFPs, emphasizing the importance of public safety in bridge infrastructure management.
    Similar Opportunities
    Spillway Bridge Painting and Concrete Repairs, Barre Falls Dam, Hubbardston, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the painting and concrete repairs of the Spillway Bridge at Barre Falls Dam in Hubbardston, Massachusetts. This project aims to restore and maintain the structural integrity and aesthetic appearance of the bridge, which is crucial for ensuring the safety and functionality of the dam infrastructure. The opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 238320, indicating a focus on painting and wall covering contractors. Interested parties can reach out to Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902 for further details and to express their interest in this procurement.
    New Bedford Hurricane Barrier, Sector Gate Painting, New Bedford/Fairhaven, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the painting of the New Bedford Hurricane Barrier Sector Gate located in New Bedford/Fairhaven, Massachusetts. This procurement is specifically aimed at small businesses, as it is designated as a Total Small Business Set-Aside under FAR 19.5, and falls under the NAICS code 238320, which pertains to Painting and Wall Covering Contractors. The project is crucial for maintaining the structural integrity and aesthetic appearance of the hurricane barrier, which plays a vital role in flood protection for the surrounding communities. Interested parties should reach out to Kyle Hall at kyle.k.hall@usace.army.mil or call 978-318-8479 for further details regarding the submission process and any upcoming deadlines.
    Spillway Dam Gallery Paint Removal, Buffumville Lake, Charlton, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotations for a paint removal and surface restoration project at Buffumville Lake Dam in Charlton, Massachusetts. The project involves the removal of paint from concrete surfaces, sealing leaks, and applying protective coatings, with a focus on adhering to safety and environmental regulations throughout the process. This initiative is crucial for maintaining the integrity of infrastructure and ensuring public safety while engaging local contractors in federal projects. Interested contractors must comply with the submission requirements and are encouraged to contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details. The project completion timeline is set at 180 days, with operations limited to weekdays.
    Replacement of Pier Fender System, Plymouth Breakwater Footbridge
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a service for the Replacement of Pier Fender System, Plymouth Breakwater Footbridge in Plymouth, MA. This project involves replacing the timber diagonal pile bracing and timber fendering system around the timber piles. The work will be conducted under the existing timber footbridge and over the tidal waters of Plymouth Harbor. The estimated construction cost is between $100,000.00 and $250,000.00. This procurement is set-aside for small business vendors. Interested offerors must have an active registration in SAM.GOV at the time of submission.
    Dam Toe Access Road Paving, East Brimfield Lake, Fiskdale, MA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the paving of the Dam Toe Access Road at East Brimfield Lake in Fiskdale, Massachusetts. This project falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. The successful contractor will be responsible for ensuring the road's construction meets federal standards, which is crucial for maintaining access to the dam and supporting ongoing operations. Interested contractors can reach out to Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902 for further details regarding the solicitation process.
    Troy Lock (AFO) Mooring Pier
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair and upgrade of the Troy Lock (AFO) Mooring Pier located in Albany, New York. The project involves significant structural repairs, including the replacement of deteriorating timber fenders, reinforcing structural components, and addressing various deficiencies identified during inspections. This initiative is crucial for maintaining the safety and functionality of a key infrastructure asset on the Hudson River, ensuring it meets federal standards for hydraulic structures. Interested small businesses must submit their bids by March 11, 2025, with a project magnitude estimated between $1 million and $5 million. For further inquiries, bidders can contact Denisse M. Soto at denisse.m.soto@usace.army.mil or Mohenda R. Surage at mohenda.r.surage@usace.army.mil.
    Boundary Maintenance Services, Westville Lake, Southbridge, MA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for boundary maintenance services at Westville Lake in Southbridge, MA. The primary objective is to identify, clear, and mark approximately 11.82 miles of boundary lines, with an optional task for an additional 8.15 miles, ensuring compliance with safety and environmental regulations. This initiative is crucial for maintaining the operational integrity of the dam and preventing encroachment on federal lands. Interested small businesses must submit their proposals by March 11, 2025, at 2:00 PM Eastern, and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or 978-318-8324 for further information.
    MDC 3289 Revetment Barges FY25
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking proposals from qualified small businesses for the construction of revetment barges under the project titled "MDC 3289 Revetment Barges FY25." This procurement aims to acquire specialized barges designed for use in military and civil engineering applications, which are crucial for shoreline protection and flood control efforts. The work will be performed in Mississippi, and the contract is set aside for total small business participation, emphasizing the government's commitment to supporting small enterprises. Interested parties should reach out to Katie Sayers at Katie.L.Sayers@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details and to stay informed about the upcoming solicitation timeline.
    Blast, Paint, Preserve TB60-65 ALLIED MARINE CRANE for USCGC HEALY
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to perform media blasting, painting, and preservation of the TB60-65 Allied Marine Crane for the USCGC Healy at the Schlimme Industrial Facility in St. Louis, Missouri. The contractor will be responsible for removing existing coatings, preparing crane components, and applying specified coating systems while adhering to Coast Guard standards and environmental regulations. This project is critical for maintaining the operational integrity and safety of the Coast Guard's marine equipment. The work is scheduled to commence on March 17, 2025, and conclude by April 10, 2025. Interested parties should contact Robert Henson II at robert.c.henson@uscg.mil or 504-253-4513 for further details.
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Cannelton Fixed Weir Repair project located at the Cannelton Locks & Dam in Indiana. The project aims to address critical repair needs of the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring access to the hydroelectric power plant throughout the construction process. This initiative underscores the federal commitment to maintaining essential hydroelectric facilities and adhering to environmental and safety standards. Interested contractors must submit price proposals ranging from $250,000 to $500,000 by March 12, 2025, and are required to register in the SAM database. For further inquiries, contact Joel Huberman at joel.huberman@usace.army.mil or call 502-315-7409.