Dewatering System Repairs at Walter F. George Lock and Dam, Fort Gaines, GA
ID: W9127825L0016Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST MOBILEMOBILE, AL, 36602-3630, USA

NAICS

Water and Sewer Line and Related Structures Construction (237110)

PSC

NATURAL RESOURCES/CONSERVATION- WELL DRILLING/EXPLORATORY (F015)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 7:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the repair of dewatering systems at the Walter F. George Lock and Dam located in Fort Gaines, Georgia. The project involves a Firm-Fixed-Price contract to provide essential repair services for unwatering and dewatering elements, ensuring the lock can be safely unwatered for maintenance activities. This opportunity is crucial for maintaining the operational integrity of the lock and dam infrastructure, which plays a vital role in water management and navigation. Interested contractors must respond with their qualifications and capabilities by April 7, 2025, at 2:00 p.m. CDT, and submissions should be directed to Ms. Sophia Chin and Mr. Benjamin Neely via email.

Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
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) - Sources Sought, Request for Information, Industry Day and Interviews
Buyer not available
The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft lock as part of the Lock and Dam 25 Navigation and Ecosystem Sustainability Program (NESP). This project aims to enhance navigation and ecological sustainability along the Mississippi River, specifically at Lock and Dam 25, located approximately 61.5 river miles upstream from St. Louis. Interested parties are encouraged to participate in an Industry Day and one-on-one discussions, with registration deadlines set for June 17, 2024, and responses to the Request for Information due by June 26, 2024. For further inquiries, potential bidders can contact Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil.
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.
Replace and Repair Lock Control System - Smithland Lock and Dam
Buyer not available
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 control cabling, as well as updates to the lock operations interlock system to ensure compliance with current standards. The initiative is crucial for enhancing the operational efficiency and safety of the dam's infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals electronically by April 21, 2025, and can contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further information.
Operation and Maintenance of Government-Owned Facilities and Equipment, Walter F. George & George W. Andrews Lakes, Fort Gaines, Georgia
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking qualified contractors for the operation and maintenance of government-owned facilities and equipment at Walter F. George and George W. Andrews Lakes in Fort Gaines, Georgia. This procurement aims to ensure the effective management and upkeep of recreational facilities, which play a vital role in providing public access to outdoor activities and supporting local tourism. The opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 561210 for Facilities Support Services. Interested parties should contact Chandler Hyatt at chandler.j.hyatt@usace.army.mil for further details and to stay informed about the upcoming solicitation timeline.
Duluth Maintenance Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Detroit District, is seeking contractors for the Duluth Maintenance Dredging project, which involves construction services for maintenance dredging in the Duluth-Superior Federal navigation channel. The project requires contractors to mobilize a dredge and perform mechanical dredging in specified areas, with the potential for additional dredging options, ensuring compliance with environmental management practices. The anticipated solicitation will be issued as an Invitation for Bid (IFB) in April/May 2025, with bids due in May/June 2025, and the estimated contract value ranges from $5 million to $10 million. Interested contractors should contact Frederick Coffey at frederick.coffey@usace.army.mil or Michelle Barr at Michelle.Barr@usace.army.mil for further information.
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 proposals 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 through comprehensive engineering solutions, including geotechnical assessments and adherence to federal safety standards. This project is critical for maintaining flood control and ensuring the reliability of water management systems in the region. Interested contractors must submit their proposals electronically by April 18, 2025, with a total estimated contract value between $250 million and $500 million. For further inquiries, potential bidders can contact Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.
Operation and Maintenance of Government-Owned Facilities and Equipment, Walter F. George and George W. Andrews Lakes, Fort Gaines, Georgia
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the operation and maintenance of government-owned facilities and equipment at Walter F. George and George W. Andrews Lakes in Fort Gaines, Georgia. This procurement aims to ensure the effective management and upkeep of recreational facilities, which play a vital role in providing public access to outdoor activities and preserving natural resources. The opportunity is set aside for small businesses, and interested parties can reach out to primary contact Chandler Hyatt at chandler.j.hyatt@usace.army.mil or by phone at 251-690-3145, or secondary contact Benjamin Neely at benjamin.m.neely@usace.army.mil or 251-690-3253 for further details.
Keystone Lake Tainter Gate Repairs
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa District, is seeking responses for a Sources Sought announcement regarding repairs to the tainter gates at Keystone Lake Dam in Tulsa County, Oklahoma. The project involves a design-bid-build approach to repair the floating bulkhead and tainter gates, including inspections, nondestructive testing of welds, replacement of compromised steel, sandblasting, painting, and replacement of anodes and seals. This procurement is crucial for maintaining the structural integrity and operational functionality of the dam, with an estimated construction cost between $5 million and $10 million and a duration of approximately 730 calendar days. Interested firms must respond by 2:00 PM CST on April 14, 2025, and can contact Tyler Godwin at tyler.l.godwin@usace.army.mil for further details.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway. This dredging project is crucial for maintaining navigability and ensuring the safety of maritime operations in the region, with a construction magnitude estimated between $5 million and $10 million. The solicitation is expected to be issued around April 11, 2025, and interested vendors should register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.