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
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the replacement and repair of the lock control system at the Smithland Lock and Dam in Brookport, Illinois. The project involves replacing existing control stands, lock instrumentation equipment, and updating the lock operations interlock system to comply with current standards, with a contract value estimated between $1 million and $5 million. This initiative is crucial for enhancing the operational efficiency and safety of the lock and dam infrastructure, which plays a vital role in inland marine transportation. Interested small businesses must submit their proposals by April 30, 2025, and can contact Joel Huberman at 502-315-7409 or joel.huberman@usace.army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the bid opening results for the Smithland L&D Lock Control Update project (W912QR25BA011) held on April 30, 2025. Richard Van De Linde III acted as the Bid Opening Officer, with Joel C. Huberman serving as the Recorder. The bid submissions were made by several contractors, with BBA Construction LLC emerging as the apparent low bidder at $1,757,142.00. Other bidders included Collier Electrical Service, Inc. at $3,662,685.00, Keith Frieden Excavating Inc. at $3,198,000.00, Cornerstone Engineering Inc. at $3,481,045.53, and Reagent World at $4,996,752.00. The government estimate for the project was $1,943,400.00. The document emphasizes the competitive nature of the bidding process and identifies the significance of BBA Construction LLC's substantially lower bid in comparison to both the other bids and the government estimate. This bid opening is part of standard procedures for federal projects aimed at maintaining transparency and accountability in procurement processes.
    The document records the attendees of a pre-bid site visit for the Smithland L&D Lock Control Update and Repair project, as detailed in solicitation number W912QR25BA011. The visit took place on April 24, 2025, and lists participants from various companies involved in the bidding process. The attendees include representatives from BBA Construction, Collier Electric, and Sterling Industrial, among others. This pre-bid meeting is a key step in the procurement process, allowing potential contractors to familiarize themselves with the project scope and conditions before submitting proposals. Engaging with various contractors ensures a competitive bidding environment, ultimately benefiting the federal project by attracting qualified firms capable of meeting the project's requirements.
    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.
    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.
    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.
    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.
    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.
    The document is an amendment to a solicitation, specifically addressing changes to an existing RFP or contract, denoted as W912QR25BA011-0004. It informs bidders that the deadline for submitting offers is either extended or remains the same, necessitating acknowledgment of this amendment to avoid rejection of offers. Various methods are provided for acknowledgment, including completing specific items in the amendment or through separate communication referencing the amendment details. The document also addresses potential modifications to contracts/orders, identifying different authorities under which these changes may be issued. It emphasizes that, except for specified changes, all original contract terms remain effective. A significant focus is on ensuring that all correspondence is properly documented and received before the deadlines set forth in the solicitation or amendments. Overall, this document serves as a formal notice for contractors regarding modifications and essential administrative procedures related to their bids or contracts, ensuring compliance with government procurement protocols.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Braddock Locks and Dam Hydraulic System Upgrades
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Braddock Locks and Dam Hydraulic System Upgrades project. This procurement involves the demolition and removal of the existing hydraulic system and its components, followed by the installation of a new hydraulic system, including supporting controls and buildings. The project is critical for maintaining the operational integrity of the dam, ensuring safety and efficiency in water management. The contract, valued between $10 million and $25 million, is set aside exclusively for small businesses, with a completion timeline of 730 calendar days after the issuance of the Notice to Proceed. Interested bidders must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contact Mario Dizdarevic at Mario.Taormina@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil.
    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.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    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.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil 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.
    183 CES Repair Vehicle Barriers
    Dept Of Defense
    The Department of Defense, specifically the Illinois Air National Guard's 183d Wing, is seeking bids for a contract to repair vehicle barriers at their facility in Springfield, Illinois. The project involves removing existing hydraulic wedge-type barriers and installing two new final denial drop arm style barriers to ensure compliance with current regulations and operational standards. This contract is set aside entirely for small businesses, with an estimated value between $500,000 and $1 million, and is expected to be awarded within a 180-day timeframe following the notice to proceed. Interested contractors should contact Alicia C. Braun or Amanda Brenizer for further details and must register on SAM.gov to access the solicitation, which is anticipated to be issued in early August 2025.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 3-2025, which involves the construction and maintenance of a saltwater barrier sill along the Mississippi River. The project requires contractors to mobilize, perform dredging operations, and provide standby services, with an estimated construction magnitude between $10 million and $25 million, depending on available funding. This contract is crucial for environmental management and flood control in the region, ensuring the integrity of the river ecosystem. Interested bidders must register with the System for Award Management (SAM) and comply with various guidelines, including the Equal Opportunity clause, with bids evaluated based on price and compliance. For further information, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.