Replace and Repair Lock Control System - Smithland Lock and Dam
ID: W912QR25BA011Type: Solicitation
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
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 4:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and repair of the lock control system at the Smithland Lock and Dam in Brookport, Illinois. This project involves the replacement of existing control stands, lock instrumentation equipment, and updates to the lock operations interlock system to meet current standards, with a total contract value estimated between $1 million and $5 million. The initiative is crucial for enhancing the operational efficiency and safety of the dam, reflecting the government's commitment to modernizing critical infrastructure. Interested small businesses must submit their proposals electronically by April 30, 2025, and can direct inquiries to Joel Huberman at joel.huberman@usace.army.mil or by phone at 502-315-7409.

Point(s) of Contact
Files
Title
Posted
Apr 16, 2025, 8:06 PM UTC
The document outlines the Smithland Locks and Dam Lock Controls Update and Repair project, managed by the U.S. Army Corps of Engineers, Louisville District, for FY 2024. The project aims to enhance and repair the lock control systems critical for the dam's operational efficiency and safety. It includes detailed technical plans and specifications, including proposed laydown areas, instrumentation legends, and cable routing plans for both upstream and downstream systems. The plans emphasize adherence to federal, state, and local regulations, ensuring that all contractors exercise care to avoid disrupting existing services. The document also outlines the requirements for equipment installation, wiring specifications, and safety measures, including the need for watertight enclosures and fire-stopping measures for penetrations. Overall, this project signifies a significant investment in modernizing the Smithland Locks and Dam infrastructure, aimed at improving operational functionality while ensuring compliance with safety and environmental standards.
Apr 16, 2025, 8:06 PM UTC
The solicitation for the Smithland Lock and Dam Controls Update and Repair project in Brookport, Illinois, outlines a design-bid-build construction initiative with an emphasis on small business participation. This project, set to commence with a Notice to Proceed (NTP), requires compliance with safety and construction regulations while ensuring robust performance and payment bonds are submitted post-award. Bid submissions are due by April 11, 2025, with a significant contract value ranging from $1 million to $5 million, highlighting its importance in terms of federal construction projects. The document details specific requirements for as-built documentation, project scheduling, contractor quality control, and operations and maintenance manuals that must be provided upon project completion. Liquidated damages for project delays and other stringent regulations are also addressed to promote efficiency and accountability. The comprehensive approach includes safety, training, and environmental preservation measures during construction, ensuring alignment with the U.S. Army Corps of Engineers standards. Overall, this RFP reinforces the government's commitment to enhancing critical infrastructure while maintaining adherence to quality and safety protocols.
Apr 16, 2025, 8:06 PM UTC
This document serves as an amendment to an existing solicitation regarding a federal contract. The amendment addresses changes to the due date for offers, extending it from April 11, 2025, to April 21, 2025, at 12:00 PM Eastern Time due to an administrative error. Entities submitting offers must acknowledge receipt of this amendment via specified methods, ensuring their acknowledgment is received by the designated location before the new due date to avoid rejection. The amendment maintains all other terms and conditions of the original solicitation and emphasizes the importance of compliance with acknowledgment requirements. Additionally, it provides administrative information, including contact details for the contracting officer and instructions for potential modifications to submitted offers. This amendment process is standard in government procurement, ensuring transparency and fairness in the bidding process.
Apr 16, 2025, 8:06 PM UTC
The document outlines an amendment to a solicitation for the Smithland Lock and Dam Controls Update and Repair project, which is 100% set aside for small businesses under North American Industry Classification System (NAICS) 237990. The amendment corrects previous omissions in the solicitation and provides updated information, including a scheduled site visit on April 2, 2025, and a new submission due date of April 21, 2025. Contractors are required to submit proposals through the Procurement Integrated Enterprise Environment (PIEE) and are instructed on how to register and submit electronically. The project involves replacing lock instrumentation, control cabling, and updating the lock operations interlock system, with a construction value estimated between $1,000,000.00 and $5,000,000.00. Contractors must provide performance and payment bonds within ten calendar days of contract award, with a project completion timeline of 540 calendar days post-notice to proceed. The document emphasizes compliance with federal regulations, wage decisions, and submission protocols, reinforcing the importance of contractor accountability and regulatory adherence in the proposal process. Overall, the amendment aims to ensure clarity and compliance for prospective bidders while advancing the project’s objectives.
Apr 16, 2025, 8:06 PM UTC
This document is an amendment to a solicitation related to a federal contract, primarily focusing on adjustments to submission dates and details surrounding the procurement process. The amendment extends the offer due date from April 21, 2025, to April 30, 2025, at 12:00 PM ET, and specifies that a site visit is scheduled for April 24, 2025, emphasizing attendance requirements and safety measures. Additionally, it updates wage determinations, replacing previous wage data with new rates, consistent with federal guidelines under the Davis-Bacon Act. This amendment underscores the necessity for compliance with new wage decisions and guidelines pertinent to worker protections under Executive Orders related to federal contracting. Overall, the document facilitates modifications to the bidding process while ensuring that contractors remain informed of their obligations and the procedural changes necessary for compliance.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Melvin Price Lock and Dam Tainter Gates 4 and 5 Admiralty Repairs
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified businesses to perform repairs on the Tainter Gates 4 and 5 at the Melvin Price Lock and Dam located in Alton, Illinois. This Sources Sought Notice aims to identify potential contractors registered in the System for Award Management (SAM) who have the capability to undertake these admiralty repairs. The repairs are critical for maintaining the operational integrity of the lock and dam facilities, which play a vital role in managing water flow and navigation on the Mississippi River. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further details, as the full requirements are outlined in the attached documentation.
Lock & Dam 7 Outdraft Modification
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the Lock & Dam 7 Outdraft Modification project located in La Crescent, Minnesota. This procurement involves modifying the existing weir and constructing a new rock weir structure at Lock & Dam 7, in accordance with the provided contract drawings and specifications. The project is significant for enhancing the infrastructure of non-building facilities, and it is set aside 100% for small businesses, with a firm fixed-price contract expected to range between $5 million and $10 million. Interested parties should contact Justin H. Rose at justin.h.rose@usace.army.mil or by phone at 651-290-5422 for further details.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, aimed at modernizing the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining the operational integrity of the dam, which plays a vital role in regional water management. Interested small businesses must submit sealed offers by April 25, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
Barren River Lake Hydraulic Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. The project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, ensuring that one hydraulic system remains operational during repairs while adhering to strict safety and environmental regulations. This initiative is vital for maintaining infrastructure reliability and operational efficiency, with a contract value estimated between $100,000 and $250,000, set aside entirely for small businesses. Interested contractors must submit sealed bids by 10:00 AM on February 21, 2025, and can direct inquiries to Kelly Duggins at Kelly.S.Duggins@usace.army.mil or by phone at 502-315-6013.
ILLINOIS RIVER BASIN, ILLINOIS WATERWAY, PEORIA, ILLINOIS, PEORIA AND LAGRANGE END OF DAM WICKET BULKHEAD FABRICATION
Buyer not available
The Department of Defense, through the Department of the Army, is seeking bids for the fabrication, assembly, painting, and delivery of a steel bulkhead for the Illinois River Basin project in Peoria, Illinois. This procurement is a 100% Total Small Business Set Aside, specifically targeting firms within the Fabricated Structural Metal Manufacturing industry, as defined by NAICS code 332312. The bulkhead is a critical component for the Peoria and LaGrange end of dam operations, ensuring structural integrity and functionality within the waterway system. The official solicitation is anticipated to be released around June 1, 2025, and interested parties can contact Kate Behrens at Katherine.D.Behrens@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil for further information.
Chickamauga Lock Replacement Approach Wall and Decommissioning
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Chickamauga Lock Replacement Approach Wall and Decommissioning project located in Chattanooga, Tennessee. This procurement involves a firm fixed-price construction contract aimed at building new approach walls, decommissioning the existing lock, and conducting site restoration activities, with an estimated project cost ranging between $250 million and $500 million. The project is critical for enhancing regional infrastructure and operational capabilities, ensuring compliance with federal regulations, and promoting safety measures during construction. Interested contractors must submit their proposals electronically by July 8, 2025, and can direct inquiries to Contract Specialist Andrew Roth at andrew.r.roth@usace.army.mil or Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil.
LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Notice of Intent for Brand Name Products
Buyer not available
The U.S. Army Corps of Engineers, St. Louis District, is seeking Justification and Approval (JandA) for the acquisition of brand name products necessary for the construction of a new 1,200 ft Lock at Lock and Dam 25 in Winfield, Missouri. The procurement specifically involves Rockwell Automation's Allen-Bradley industrial control products, which are essential for ensuring compatibility with existing systems at Lock and Dam facilities, thereby minimizing operational discrepancies and optimizing cost-effectiveness. This notice is not a request for competitive quotes, and interested parties should direct inquiries to Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil for further information.
Lower Granite Dam Turbine Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the upgrade of the hydraulic system for the intake gate at the Lower Granite Dam in Pomeroy, Washington. The project involves the removal and replacement of the existing hydraulic system, including the installation of new hydraulic cylinders, support beams, and a hydraulic power unit, organized into three phases: pre-main unit outage, main unit outage, and post-main unit outage. This upgrade is crucial for enhancing the operational efficacy and safety of the dam's infrastructure. The estimated contract value ranges from $10 million to $25 million, with proposals due by May 16, 2025. Interested contractors should direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or call 509-527-7206.
Design and Construction of Debris Boom for Harry S. Truman Lake and Dam (Warsaw, Missouri)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Kansas City District, is soliciting proposals for the design and construction of a debris boom at Harry S. Truman Dam in Warsaw, Missouri. This project aims to create a site-specific debris management system that prevents debris from entering the dam's spillway, enhancing flood risk management and environmental safety. The procurement is set aside for small businesses, with an estimated contract value between $1 million and $5 million, and will follow a two-phase selection process where Phase 1 focuses on evaluating offerors' qualifications without pricing proposals. Interested parties must submit their qualifications by May 19, 2025, and are encouraged to attend a mandatory site visit on April 25, 2025. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. The procurement aims to enhance the safety and structural integrity of the dam, addressing critical issues identified in previous assessments, including internal erosion and geological stability concerns. This project is significant for maintaining infrastructure resilience and ensuring compliance with federal safety regulations, reflecting the government's commitment to public safety and environmental stewardship. Interested contractors must submit their proposals electronically by April 18, 2025, and can direct inquiries to Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.