Rubblemound Stone for Ashtabula Harbor, Ohio
ID: W912P425QA003Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST BUFFALOBUFFALO, NY, 14207-3199, USA

NAICS

Cut Stone and Stone Product Manufacturing (327991)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

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

    The Department of Defense, through the Department of the Army's W072 Endist Buffalo office, is seeking proposals for the procurement of Rubblemound Stone for Ashtabula Harbor, Ohio. This procurement is a Total Small Business Set-Aside, aimed at sourcing cut stone and stone products, specifically categorized under NAICS code 327991 and PSC code 5610 for mineral construction materials in bulk. The Rubblemound Stone is essential for maintaining and enhancing the harbor's infrastructure, ensuring its operational integrity and safety. Interested vendors can reach out to Walter Kamad at Walter.Kamad@usace.army.mil or call 716-879-4134 for further details regarding the solicitation process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Cleveland Dredging
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is soliciting bids for the Cleveland Dredging Project for fiscal year 2025. This project involves the construction of dredging facilities, categorized under the NAICS code 237990, and is set aside for small businesses in accordance with FAR 19.5 regulations. Dredging is a critical operation for maintaining navigable waterways and ensuring the safety and efficiency of maritime transport. Interested contractors can reach out to Peter Gembala at peter.r.gembala@usace.army.mil or call 716-879-4221 for further details, while Jeffrey Ernest is available at Jeffrey.G.Ernest@usace.army.mil or 716-879-4173 for additional inquiries.
    Erie Pier Confined Disposal Facility (CDF) Materials Management
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the Erie Pier Confined Disposal Facility (CDF) Materials Management project, which involves the transportation and management of dredged materials. The contractor will be responsible for excavating, dewatering, and loading approximately 55,000 cubic yards of fine-grained dredged material from the CDF, located in Duluth-Superior Harbor, and transporting it to designated local upland sites for beneficial reuse. This project is critical for maintaining the harbor's operational efficiency and environmental compliance, with construction activities expected to occur throughout the calendar year. Interested small businesses must submit their proposals by February 28, 2025, and can contact Noah Bruck at noah.r.bruck@usace.army.mil or Stephanie Craig at STEPHANIE.M.CRAIG@USACE.ARMY.MIL for further information.
    Supply Blanket Purchase Agreement
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies of crushed and broken limestone mining and quarrying materials. The BPA holder must be able to provide various products including light stone fill, medium stone fill, type 2 and type 4 sub base, washed 2, dry rip wrap, railroad ballast, and screened top soil. Quantities will be determined on individual BPA calls, ranging from 500 to 10,000 tons. Material will be delivered to Fort Drum, NY. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 10 days of the posting date.
    WEST VALLEY DEMONSTRATION PROJECT (WVDP) LAKE 1 AND SPILLWAY REPAIR
    Buyer not available
    The Department of Defense, through the Department of the Army's W072 Endist Buffalo office, is soliciting bids for the West Valley Demonstration Project (WVDP) Lake 1 and Spillway Repair. This project aims to address critical repairs to the lake and spillway infrastructure, which are essential for maintaining safety and operational integrity. The work falls under the category of Other Heavy and Civil Engineering Construction, specifically focusing on the repair or alteration of dams. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation. For further inquiries, potential bidders can contact Jeffrey Ernest at Jeffrey.G.Ernest@usace.army.mil or Douglas Smith at DOUGLAS.SMITH@USACE.ARMY.MIL, with phone numbers 716-879-4173 and 716-879-4255, respectively.
    Charles Page Floodwall Erosion Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is seeking contractors for the Charles Page Floodwall Erosion Repair project. This procurement aims to address erosion issues affecting the floodwall, which is critical for maintaining flood protection and infrastructure integrity in the area. The project falls under the NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. Interested contractors can reach out to Justin Sawicki at justin.p.sawicki@usace.army.mil or call 931-637-8083 for further details regarding the solicitation process.
    Riprap Overlay at Pomona Lake Project Dam
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is seeking construction services for the Riprap Overlay at Pomona Lake Project Dam. The project involves the design and construction of a riprap overlay to repair areas of degraded riprap along the embankment, particularly from Station 60+00 to 40+00, where deterioration is most severe due to wave action. This construction is critical for maintaining the integrity of the dam, with an estimated contract value between $10 million and $25 million. The solicitation, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), is expected to be released within the next 30 days, and interested contractors are encouraged to register as interested vendors to receive updates. For further inquiries, Nathaniel Leyba can be contacted at nathaniel.j.leyba@usace.army.mil or by phone at 816-389-2281.
    Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Chicago Harbor Shorearm Extension and Breakwater project in Chicago, Illinois. This construction project involves repairing existing breakwaters and extending the shore-arm to stabilize these structures, ensuring safe passage for vessels in and out of the harbor. The project is critical for maintaining the functionality of the harbor and is estimated to cost between $5 million and $10 million, with a completion timeline of less than 365 calendar days. Interested small businesses must register with sam.gov and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit bids. For further inquiries, contact Kyle Smith at kyle.d.smith@usace.army.mil or call 312-846-5370, and note that the virtual bid opening is scheduled for February 6, 2025.
    MVD Stone Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Mississippi Valley Division, is announcing anticipated stone work requirements for Fiscal Year 2025, focusing on various construction and repair projects along the Mississippi River. The primary objectives include the construction and repair of dikes, revetments, chevrons, and other river training structures, as well as land-based construction activities such as bank grading and stone placement to prevent erosion and maintain structural integrity. This initiative is crucial for ensuring the stability of vital waterways while addressing environmental challenges, with projects categorized by contracting methods including multiple award task order contracts (MATOC) and single award task order contracts (SATOC). Interested parties can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or by phone at 601-634-5907 for further information, while project details and budgets are subject to change as designs are refined.
    Construction Materials
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide construction materials under a Total Small Business Set-Aside procurement. The primary objective of this solicitation is to acquire miscellaneous construction materials, categorized under the NAICS code 321999, which encompasses all other miscellaneous wood product manufacturing. These materials are essential for various construction projects within the Army, ensuring operational readiness and infrastructure maintenance. Interested parties can reach out to Dillon Reid at dillon.v.reid.mil@army.mil or by phone at +12539663599, or Ralph Jones at ralph.m.jones12.civ@army.mil or 3157721669 for further details regarding the solicitation process.
    Codorus Creek Shoal Removal
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is preparing to solicit bids for the Codorus Creek Shoal Removal Project in York, Pennsylvania. This project involves construction services for dredging to maintain the flood damage reduction channel along Codorus Creek, which requires the removal of shoals at two specific locations to ensure proper water flow. The project is crucial for flood risk management and involves in-water work to remove shoals composed of pebbles, cobbles, vegetation, wood debris, and gravel, with an estimated contract value between $1 million and $5 million. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), should prepare for the invitation for bid (IFB) anticipated to be released in the second quarter of FY25, and can contact Erica Stiner or Jeffrey B. May for further information.