Design and Construction of Debris Boom for Harry S. Truman Lake & Dam (Warsaw, Missouri)
ID: W912DQ25R1004Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST KANSAS CITYKANSAS CITY, MO, 64106-2896, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF DAMS (Y1KA)

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 (USACE) Kansas City District, is soliciting proposals for the design and construction of a debris boom at the Harry S. Truman Dam in Warsaw, Missouri. This project involves a two-phase design-build process, with specific requirements for the debris boom's design, including a minimum diameter of 24 inches, high visibility, and the ability to withstand extreme environmental conditions, ensuring a service life of at least 45 years. The procurement is critical for enhancing the dam's operational efficiency and safety by effectively managing debris in the waterway. Interested small businesses must submit their proposals by November 6, 2025, and can direct inquiries to primary contact Erick Ottoson at erick.s.ottoson@usace.army.mil or secondary contact Laura Hedrick at laura.l.hedrick@usace.army.mil.

    Files
    Title
    Posted
    This amendment to solicitation W912DQ25R1004 initiates Phase 2 for selected offerors, extending the proposal due date to October 30, 2025. It details significant revisions, including an updated CLIN Schedule that redefines services, deletes CLIN 0004 (Extended Warranty), and modifies descriptions for debris boom design, anchorage, and installation. The project scope involves designing and constructing a debris boom for Harry S. Truman Dam, with specific requirements for boom features, design life, and anchorage. New attachments, like Attachment 5 for Phase 2 proposal content and evaluation, are added. Instructions for submitting questions via ProjNet are updated with a new key and an earlier inquiry cutoff date. The amendment also includes a Field Office Overhead clause, updated wage determination information, and revisions to several technical sections concerning pricing, submittal procedures, and design data, removing certain FAR provisions and clauses.
    This document outlines Phase 2 of Solicitation No. W912DQ25R1004, a two-phase design-build RFP for a debris boom at Harry S. Truman Dam in Warsaw, Missouri. It details the proposal content and evaluation criteria for selecting a single contractor. Phase 2 proposals will be evaluated on Technical Approach (Factor 3) and Price (Factor 4), alongside previously assessed Phase 1 factors (Performance Confidence and Management Approach). Factor 3, Technical Approach, is the most important, followed by Factor 1, then Factor 2. All non-price factors combined are significantly more important than price. Proposals must be submitted electronically in PDF format, with specific volumes and page limits. The Source Selection Evaluation Board (SSEB) will assess proposals, with the Source Selection Authority (SSA) making the final best-value determination. The document emphasizes a thorough understanding of project requirements, technical capabilities, and realistic scheduling, with a preference for anchoring systems not requiring a Drilling and Invasive Program Plan.
    The US Army Corps of Engineers, Kansas City District, is soliciting proposals for Phase 2 of the Harry S. Truman Lake Debris Boom project in Warsaw, Missouri. This design-build project involves the complete design and construction of a debris boom system at the Harry S. Truman Dam, including all necessary anchorage systems. The scope of work details requirements for the debris boom, such as a minimum 24-inch diameter, a U-shape for debris deflection, high visibility, and specific design loads for water velocity, wind, and waves. The boom must be unsinkable, made of solid material, and capable of operating in extreme temperatures, with a minimum service life of 45 years. Construction efforts include anchorage system installation, coordination with project staff and the powerhouse for timing, and adherence to strict lake elevation restrictions. Payment procedures are outlined for design, anchorage system construction, and boom installation. Administrative requirements cover submittals, utility protection, insurance, superintendent qualifications, preconstruction and turnover meetings, weather-related time extensions, environmental controls, and hazardous substance protocols. The project emphasizes safety, quality control, and adherence to all governmental regulations and specifications.
    Amendment 0003 to solicitation W912DQ25R1004, issued on September 17, 2025, corrects a mistake in Attachment 5, Section 3.2.1, of the Phase 2 solicitation. Specifically, the original text "Submit Volumes 4-5" is corrected to "Submit Volumes 4-6." This amendment clarifies the required submission volumes for offerors. Offerors must acknowledge receipt of this amendment to ensure their proposals are not rejected. The amendment was issued by USACE, Kansas City.
    This document, W912DQ25R1004, details the Proposal Price / Bid Schedule for the installation of a Debris Boom System. Specifically, Item 0003 outlines the "Installation of Debris Boom System," specifying a quantity of 1 job under a Firm-Fixed-Price (FFP) contract. This includes all labor, materials, equipment, and associated costs for constructing and installing the debris boom system, excluding the anchorage system described in CLIN 0002. The delivery is designated as FOB: Destination, with a PSC CD: Y1KA. Item 0004, an option, is noted as "[CLIN deleted]". This document is part of a larger federal government Request for Proposal (RFP) process, focusing on the financial and logistical aspects of procuring debris boom installation services.
    Amendment 0004 to solicitation W912DQ25R1004 introduces new Defense Federal Acquisition Regulation Supplement (DFARS) clauses related to cybersecurity and safeguarding defense information. Key clauses include those on NIST SP 800-171 DoD Assessment Requirements, Compliance with Safeguarding Covered Defense Information Controls, Safeguarding Covered Defense Information and Cyber Incident Reporting, and Cybersecurity Maturity Model Certification Requirements. Additionally, the amendment informs offerors about the Army's transition to a new contract writing software, the Army Contract Writing System (ACWS). It advises offerors that documents may appear differently during this transition and emphasizes the importance of carefully reviewing all solicitation documents for submission instructions and potential inadvertent changes in terms and conditions. Offerors are required to notify the contracting office of any discrepancies to ensure award eligibility and contract performance are not negatively affected. The amendment also outlines contingency plans in case of system disruptions, assuring that the latest solicitation version will serve as a framework for contract execution and that any award document problems will be corrected via bilateral modification post-award.
    This document is Amendment 0005 to Solicitation No. W912DQ25R1004, issued by USACE, Kansas City. The primary purpose of this amendment is to extend the due date for proposals. The original response date/time of October 30, 2025, at 10:00 AM has been changed to November 6, 2025, at 10:00 AM. All other terms and conditions of the solicitation remain unchanged and in full force and effect. Offerors must acknowledge receipt of this amendment by completing items 8 and 15, acknowledging receipt on their offer, or sending a separate letter or telegram, prior to the new due date.
    The US Army Corps of Engineers, Kansas City District, is soliciting proposals for a design-build construction project to install a debris boom at Harry S. Truman Lake in Warsaw, Missouri. The project, designated as a 100% small business set-aside with an estimated value between $1,000,000 and $5,000,000, requires the contractor to design and construct a debris boom system with specific features, including a minimum 24-inch diameter, high visibility, environmental safety, a U-shape for debris deflection, a 20-foot-wide manual opening service gate, and a 40-foot-wide removable section. The boom must have a minimum design service life of 45 years and be unsinkable, maintaining buoyancy even when punctured. Proposals are due by May 19, 2025, at 10:00 AM local time and must be submitted via the PIEE Solicitation Portal. A site visit is scheduled for April 25, 2025. This RFP is conducted in two phases, with final specifications and a CLIN schedule to be provided in Phase 2. Offerors must be registered in the System for Award Management (SAM) database.
    This Request for Proposals (RFP) is a two-phase design-build selection for constructing a debris boom at Harry S. Truman Dam in Warsaw, Missouri. Phase 1 focuses solely on offeror qualifications, with up to three highly qualified offerors advancing to Phase 2. Pricing proposals are explicitly excluded in Phase 1. The final contract will be a firm-fixed-price award based on a best-value tradeoff, considering evaluation factors from both phases. Phase 1 factors include Performance Confidence (more important than Management Approach, less than Technical Approach) and Management Approach (less important than Performance Confidence and Technical Approach). Phase 2 factors are Technical Approach (most important) and Price (less important than all non-price factors combined). Proposals must be submitted electronically in PDF format, adhering to strict page limits and content requirements for each volume (Pro Forma, Performance Confidence, and Management Approach). The government reserves the right to reject all offers and award without discussions, though discussions may be held if deemed necessary.
    The document, Solicitation No. W912DQ25R1004, is an Attachment 2: Vendor Information Form. It is designed to collect essential identification and contact details from an offeror (vendor) in response to a government solicitation. The form requests the offeror's formal business entity name, address, phone number, email, Unique Entity ID (UEI), CAGE Code, and Taxpayer Identification Number (TIN). This information is crucial for government agencies to identify, contact, and process bids or proposals from potential contractors, ensuring compliance and proper record-keeping within the federal procurement process.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is a four-page document used in federal government solicitations, particularly for USACE proposals. It gathers detailed contractor information, including firm name, CAGE code, address, DUNS number, and project specifics like contract type, title, location, and financial details. The form requires clients to rate contractor performance across key areas: quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, and safety/security. An adjective rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) is provided with definitions to guide client evaluations. Clients must complete and submit the questionnaire, which helps USACE assess performance risk. The government reserves the right to verify all information. The form, identified as Attachment 3 for Solicitation No. W912DQ25R1004, is essential for contractors to demonstrate past performance in government bids.
    The document "Solicitation No. W912DQ25R1004 ATTACHMENT 4 OFFEROR’S EXPERIENCE FORM" is a form designed for offerors to submit their past project experience. It requires detailed information about previous contracts, including project title, contract number, geographic location, award and final amounts, completion date, duration, and delivery method. The form also asks for the proposing firm's role (e.g., prime contractor, subcontractor, joint venture) and a comprehensive description of the project's scope and magnitude, emphasizing similarities to the proposed project. This form is a critical component in government solicitations, enabling evaluation committees to assess a firm's qualifications and experience for federal, state, or local RFPs and grants.
    This government RFP (W912DQ25R1004) outlines a design-build project for a new debris boom system at the Harry S. Truman Dam in Warsaw, Missouri. The project encompasses the design and construction of the debris boom, including anchorage systems, to prevent floating debris from reaching the powerhouse and spillway. The contractor is responsible for all labor, equipment, supplies, and materials, with specific requirements for system design, load resistance, and environmental safety. The file details payment procedures for design, anchorage construction, and boom installation, along with administrative requirements, progress scheduling, and submittal procedures. The project emphasizes safety, quality control, and adherence to various engineering and environmental standards.
    The U.S. Army Corps of Engineers (USACE) Kansas City District is requesting proposals for the design and construction of a debris boom at Harry S. Truman Dam in Warsaw, Missouri. This project, classified under the NAICS code 237990 and set aside for small businesses, has an estimated cost between $1 million and $5 million. The contractor will be responsible for supplying labor and materials to create a boom that prevents debris from entering the dam's spillway. Specifications include a minimum 24-inch diameter, high-visibility color, environmentally safe materials, and a design life of at least 45 years. The boom should feature a U-shaped alignment for effective debris deflection, a manual opening service gate, and removable sections for larger equipment access. Any drilling work must be pre-approved, and the contractor must adhere to USACE's safety regulations and environmental controls. Proposals must be submitted online by May 19, 2025. A mandatory site visit is scheduled for April 25, 2025. The solicitation emphasizes the importance of registration in the System for Award Management (SAM) and compliance with specific provisions concerning materials and labor. This endeavor aims to enhance flood risk management and environmental safety at the Truman Dam site.
    Solicitation No. W912DQ25R1004 outlines a request for proposals (RFP) for the design-build construction of a debris boom at Harry S. Truman Dam, Missouri. This two-phase RFP is structured to first evaluate offerors' qualifications in Phase 1, before advancing selected candidates to Phase 2 for detailed proposals. Phase 1 focuses on performance confidence and management approach, evaluating recent relevant experience and operational capabilities. Pricing is not required at this stage. A Source Selection Evaluation Board will judge submissions, with a maximum of three offerors advancing to Phase 2 where technical approach and pricing will be assessed. The evaluation criteria underscore the importance of past performance, effective management, and technical understanding in determining the best value to the government. Proposals must adhere to strict formatting and content guidelines, ensuring clarity and thoroughness. Offerors must demonstrate not only competencies but also a robust organizational structure that integrates design and construction efforts, complies with safety standards, and optimizes quality management. Failure to satisfy the proposal requirements could lead to disqualification from the award process.
    The document pertains to Solicitation No. W912DQ25R1004 and includes a Vendor Information Form, essential for potential offerors responding to the request for proposals (RFP). The form requires the submission of key details about the offeror, including the business entity name, address, contact information, and unique identifiers such as the Unique Entity ID, CAGE Code, and Tax Identification Number (TIN). This form serves as a primary means of gathering necessary information to evaluate and qualify vendors for government projects outlined in the RFP. The completeness and accuracy of the provided information are crucial for compliance with federal regulations and to facilitate communication between the government and offerors throughout the procurement process.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ-0) is a document used to evaluate contractors' performance on government projects. It requires contractors to provide essential information such as their firm details, contract specifics including type and pricing, and a project description. Clients must complete sections related to their role in the project and their evaluation of the contractor's performance using defined adjective ratings ranging from "Exceptional" to "Unsatisfactory." The ratings assess various aspects, including quality, timeliness, customer satisfaction, management, cost management, safety, and overall performance. The completed questionnaire is crucial for the contractor's proposal submission as it reflects past performance and informs future contract decisions. The document emphasizes submission protocols for the questionnaire and their significance in verifying contractor capabilities within government contracting processes. Overall, it serves as a structured assessment tool to ensure accountability and quality in contractor performance on federal and state projects.
    The document is an Offeror’s Experience Form associated with Solicitation No. W912DQ25R1004, designed to gather detailed information from bidders on their past contract experiences. Key components include the offeror's name, project title, contract details (both award and final amounts), geographic location, completion status, duration, project delivery method, and the role of the proposing firm (such as prime contractor or subcontractor). Additionally, it requires a description of the project's scope and magnitude, emphasizing the need for similarities to the proposed project. This form is a critical element in federal contracting processes, allowing evaluators to assess the qualifications and competencies of offerors in relation to project requirements, thereby ensuring only capable firms are considered for federal grants and contracts.
    The document outlines a Request for Proposal (RFP) for the design and construction of a debris boom system at the Harry S. Truman Dam in Warsaw, Missouri. The project focuses on the development and installation of a debris management system to prevent floating debris from entering the dam's spillway. Key components include an overview of design specifications, performance requirements, and restrictions related to the environment, safety, and construction efforts. The contractor is expected to meet guidelines outlined in referenced standards, such as those from the U.S. Army Corps of Engineers and various engineering authorities. The proposal emphasizes creative and efficient solutions while adhering to functional requirements. Payment processes and procedures for progress documentation are included, alongside protocols for managing utility interruptions and site conditions. Overall, the RFP aims to achieve a durable and effective debris boom that enhances the dam's operational safety while ensuring environmental compliance.
    This document provides answers to questions regarding Solicitation No. W912DQ25R1004, concerning the Harry S. Truman Lake Debris Boom. The government clarified that the funding source is O&M funds, with funding already allocated, and FAR clause "52.232-18 Availability of Funds" is not included. Regarding qualifications, only specific items listed in Paragraph 3.3.1 are required, and the 10-page limit for submissions will not be revised. Similarly, page limitations will not be adjusted to exclude drawings, noting that Volume 2 allows up to 18 pages for drawings relevant to the Performance Confidence factor, which would typically be submitted in Phase 2 under Factor 3 - Technical Approach.
    The document addresses inquiries regarding Solicitation No. W912DQ25R1004, which pertains to the debris boom project at Harry S. Truman Lake. The key points include the confirmation that the funding source for the project is Operations and Maintenance (O&M) funds, indicating that financial resources are already allocated. The document specifies that qualifications listed in Paragraph 3.3.1 do not require full resumes, and the 10-page limit for submissions will not be altered. Additionally, while page limitations will not change to exclude drawings, relevant site-specific drawings can be submitted in Phase 2 under the Technical Approach factor, allowing for additional pages in that volume. Overall, the document outlines requirements for proposal submissions and clarifies funding and qualification aspects for bidders in relation to this federal project.
    Similar Opportunities
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of the intake gate at Unit 3 of the Table Rock Powerhouse located in Taney County, Missouri. This project involves construction services with a magnitude estimated between $1,000,000 and $5,000,000, specifically targeting small businesses as it is a total small business set-aside under the SBA guidelines. The intake gate is a critical component of the powerhouse's operations, ensuring efficient water management and power generation. Interested contractors should note that a site visit is scheduled for November 4, 2025, at 10:00 AM CST, and inquiries can be submitted through the designated RFI platform until November 11, 2025. For further information, potential bidders can contact Shelby Henson at Shelby.m.henson@usace.army.mil or by phone at 501-340-1249.
    [Deadline Extended] Sources Sought for Design-Build Construction Services for Levee Access Manholes Project (Kansas City, KS)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Kansas City District, is seeking responses for a Sources Sought notice regarding a design-build construction project to install approximately forty access manholes on existing seepage lines at the Fairfax-Jersey Creek Levee Unit in Kansas City, KS. The project aims to facilitate regular inspections of the seepage collection system, requiring contractors to utilize minimally invasive excavation methods and adhere to USACE Engineering Regulation (ER) 1110-1-1807 for drilling activities. This initiative is crucial for maintaining the integrity of the levee and ensuring effective flood protection measures are in place during construction. Interested firms must submit their qualifications, including company details, project experience, and bonding capacity, by 2:00 p.m. (CST) on December 26, 2025, with an anticipated project magnitude between $1,000,000 and $5,000,000. For further inquiries, contact Erick Ottoson at erick.s.ottoson@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    W912EE26RA006 - Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract (MATOC) focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. The procurement aims to secure fully operated dredging services, including the necessary personnel and equipment, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. This contract is crucial for maintaining navigable waterways and supporting civil engineering projects, with an estimated contract capacity of $99.5 million over a five-year period. Interested vendors should note that the solicitation is expected to be released around January 2026, with proposals due in February 2026, and can contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further information.
    Levee Repairs at Saline County Levee District #2, Ray-Carroll Bottoms Consolidated Levee District of Carroll County, and Howard County Levee District #4
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is preparing to solicit bids for a construction contract focused on repairing levees in Saline County, Carroll County, and Howard County, Missouri. The project entails comprehensive construction services, including earthwork operations, erosion repair, levee surfacing, and the installation of drainage structures, all aimed at restoring the integrity of the levee systems. This initiative is crucial for maintaining flood protection and ensuring the safety of the surrounding communities. The contract will be a Firm-Fixed Price (FFP) agreement, with an estimated value between $250,000 and $500,000, and is set aside exclusively for small businesses. Interested contractors should prepare for a site visit and ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, which are anticipated to be due within 60 days of the solicitation release. For further inquiries, contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.
    Missouri River Recovery Management Plan Adaptive Management Support
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Omaha District, is seeking proposals for the Missouri River Recovery Management Plan Adaptive Management Support. This procurement involves providing non-personal services to support the implementation of the final Missouri River Recovery Management Plan Environmental Impact Statement (MRRMP-EIS) and the U.S. Fish and Wildlife Service Biological Opinion, while participating as a member of the Technical Team. The contract is a firm fixed price service award, emphasizing performance-based outcomes, and will be open for unrestricted full and open competition. Interested contractors must register in the System for Award Management (SAM) and are advised that the solicitation will be issued around December 17, 2025, with a closing date expected on January 9, 2026. For further inquiries, potential bidders can contact Tina L. Keimig or Nadine Catania via their provided emails.
    Sources Sought USACE MVK Mat Barge Modifications
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Vicksburg District, is conducting a sources sought notice for the modification of thirty-four (34) mat barges utilized for transporting articulated concrete mattresses. The project entails replacing existing C-channel runners on the barges with 6” x 14” rectangle tubing, requiring contractors to provide all necessary labor, equipment, and materials for the modifications. This procurement is critical for maintaining the operational efficiency of the barges, which measure 160’ long, 34’ wide, and 9.5’ tall, and is expected to commence in January 2026, with completion by June 30, 2026. Interested firms, particularly small and disadvantaged businesses, should submit their responses by 2:00 PM Central on December 19, 2025, to Javonta Roper at javonta.a.roper@usace.army.mil, with additional contacts provided for further inquiries.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    Monroe Harbor Advanced Maintenance Dredging
    Dept Of Defense
    The Department of Defense, through the Department of the Army's W072 Endist Detroit office, is soliciting bids for the Monroe Harbor Advanced Maintenance Dredging project. The project entails mobilizing a dredge to Monroe Harbor to mechanically dredge various materials, including boulders and clay-like substances, to specified depths within the main channel and turning basin, with dredged material to be placed at the Pointe Mouillee Confined Disposal Facility. This dredging operation is crucial for maintaining navigable waterways and ensuring safe passage for vessels. Interested contractors, particularly small businesses as this is a Total Small Business Set-Aside, can reach out to Sally Artz at sally.artz@usace.army.mil or call 313-226-2206 for further details.