Coal Creek Drainage & Levee District, PL 84-99 Flood Repairs Solicitation
ID: W912EK24B0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Coal Creek Drainage & Levee District flood repairs under Invitation for Bid (IFB) No. W912EK24B0003, located in Schuyler County, Illinois. This project aims to address flood damage by implementing construction and restoration efforts, specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated contract value ranging from $1 million to $5 million. The initiative is crucial for enhancing flood resilience and restoring critical infrastructure along the Illinois River, ensuring compliance with federal standards and regulations. Bids are due by September 12, 2024, with a contract completion timeline of 425 calendar days from the notice to proceed; interested parties can direct inquiries to John Wysocki at john.j.wysocki@usace.army.mil or Ryan R. Larrison at Ryan.R.Larrison@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to the solicitation for contract number W912EK24B0003, issued by the US Army Corps of Engineers. Dated September 6, 2024, it incorporates final contractor inquiries along with government responses relevant to the solicitation. The amendment states that all terms from the original solicitation remain unchanged, except for the modifications noted within the document. Notable updates include information on the acknowledgment of the amendment, stating that offers must confirm receipt prior to the specified deadline. It outlines that changes to existing offers can be submitted through various means, including telegrams or letters, highlighting the necessity for clarity in reference to the solicitation and amendment numbers. The purpose of this amendment is to ensure clarity and facilitate communication between the government and contractors while maintaining compliance with federal regulations governing the solicitation and contract modification processes.
    The document is an amendment concerning solicitation W912EK24B0003 issued by the U.S. Army Corps of Engineers. It addresses a specific question not covered in Amendment 0001 regarding the logistics of trucks dumping riprap on levees. The amendment clarifies that provisions for temporary measures are included in the contract, ensuring compliance with given specifications. The amendment reiterates the rules regarding the acknowledgment and acceptance of the amendment by contractors. It emphasizes the importance of timely acknowledgment to avoid rejection of offers. The document serves to maintain the integrity of the solicitation process, ensuring clearer communication and adherence to contractual obligations. Overall, the purpose of the amendment is to provide necessary clarifications to facilitate the execution of the contract and guide contractors in their submissions.
    The document outlines the BID SUMMARY SHEET for an Invitation for Bid (IFB) related to flood repair projects under the Public Law 84-99 for the Illinois River Basin in Schuyler County, Illinois. The bid was publicly opened on September 13, 2024, via teleconference, and includes submissions from eleven contractors, along with their bid amounts. The lowest bid was submitted by Supplied Industrial Solutions Inc at $1,819,680, significantly lower than the government's estimate of $2,915,198.78. Other bids ranged from approximately $2.07 million to about $4.63 million. The summary identifies key participants and their bid amounts, illustrating the competitive nature of the procurement process for this project aimed at addressing flood damages. The inclusion of the contracting officer's details emphasizes formal accountability in the bidding process. Overall, this document serves as a critical record of the bidding activity for federal restoration efforts in the region.
    The Coal Creek PL84-99 2023 Event Flood Repairs project involves comprehensive assessments and responses to contractor inquiries related to the repair works. Key topics include access routes for heavy machinery, construction techniques for levee ramps, equipment restrictions, and quality control positions. Government responses clarify guidelines for construction access, specify temporary ramp construction protocols, and outline responsibilities of project personnel such as the Quality Control Manager (QCM) and Site Safety & Health Officer (SSHO). Strict prohibitions on stockpiling materials on-site, the requirement for onsite personnel, and the contractor’s responsibility for temporary utilities are emphasized. The report serves as a procedural guide for contractors, ensuring compliance with federal standards and addressing logistical considerations for effective project execution. The exchange highlights the project's complexity and the government's commitment to providing clear directives to facilitate a smooth repair process.
    The document pertains to the U.S. Army Corps of Engineers' solicitation (W912EK24B0003) for the construction and repair of the Coal Creek levee in Schuyler County, Illinois, in response to flood damages. It outlines a project expected to range between $1 million and $5 million, specifically targeting Service Disabled Veteran Owned Small Businesses (SDVOSB). The estimated completion time for the contract is set at 425 calendar days post-award, with bids due by September 12, 2024. The solicitation emphasizes the need for performance and payment bonds and includes detailed bidding requirements and clauses, underscoring the importance of compliance with the Buy American Act for construction materials. Additional guidelines for electronic bid submissions and technical inquiries are provided, ensuring transparency and clarity in the bidding process. The solicitation reflects the government’s commitment to promoting veteran-owned businesses while maintaining rigorous standards for contract fulfillment.
    The U.S. Army Corps of Engineers, Rock Island District, has issued a solicitation for flood repairs under the 2023 Event PL84-99 program, focusing on Schuyler County, Illinois, specifically the Coal Creek Drainage and Levee District within the Illinois River Basin. The project, designated as W912EK24B0003, entails detailed engineering and construction efforts to address flood damage over multiple repair areas spanning from Sta 0+00 to Sta 69+00. Key components of the project include the placement of riprap for levee stabilization and the establishment of construction work limits and access routes. Various construction plans, supported by cross-sectional data, survey control information, and general notes regarding project requirements, utility locations, and environmental safeguards, are provided for contractor reference. The project emphasizes the restoration of levee conditions to their pre-flood state and mandates contractor accountability for any damages caused during construction. Overall, this initiative aims to enhance flood resilience and maintain the integrity of critical infrastructure along the Illinois River.
    Similar Opportunities
    SOLICITATION W912P624B0016 VILLAGE OF EAST HAZEL CREST STORMWATER IMPROVEMENTS, EAST HAZEL CREST, COOK COUNTY, ILLINOIS (USACE ACQUISITION)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Chicago District, is soliciting bids for the Village of East Hazel Crest Stormwater Improvements project located in Cook County, Illinois. The project involves replacing earthen drainage ditches with underground concrete box culverts, including base work and two optional expansions of the culvert installation. This construction initiative is crucial for enhancing local stormwater management and infrastructure resilience. Interested small businesses must submit their bids by 1:00 p.m. Central Time on September 18, 2024, with an estimated contract value between $1 million and $5 million. For further inquiries, contact Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378.
    River Repairs and Upper Bank Paving SATOC
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Memphis District, is soliciting bids for the FY24 River Repairs and Upper Bank Paving project, designated as W912EQ24B0008. This firm-fixed price contract is specifically set aside for Women-Owned Small Businesses (WOSB) and involves extensive stone repairs on navigation structures along the Ohio and Mississippi Rivers, including the placement of riprap and other related tasks. The project is significant for maintaining critical infrastructure and ensuring navigational safety, with approximately 2.5 million tons of stone to be organized over four ordering periods. Bidders must submit their proposals by September 20, 2024, at 10:00 AM (CDT), with the bid opening scheduled for the same day at 1:00 PM (CDT). For further inquiries, interested parties can contact Jessica Lurry at jessica.m.lurry@usace.army.mil or Monica Moody at monica.a.moody@usace.army.mil.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Active
    Dept Of Defense
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Chicago District, is seeking qualified small business contractors for the Chicago Harbor Shorearm Extension and Breakwater project in Chicago, Illinois. The project involves essential repairs to existing exterior and shorearm extension breakwaters to stabilize these structures and ensure safe passage for vessels entering and exiting the harbor. This construction effort is critical for maintaining the functionality of the harbor and is estimated to cost between $5 million and $10 million. Interested bidders can expect the solicitation package to be available on the Procurement Integrated Enterprise Environment (PIEE) in November, with a response period of 30 days. For inquiries, contact Kyle Smith at (312) 846-5370 or via email at kyle.d.smith@usace.army.mil, referencing Solicitation Number W912P624B0015.
    Smithland Locks and Dam River Chamber Machinery Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Smithland Locks and Dam River Chamber Machinery located in Brookport, IL. This project requires contractors to perform a range of services including site surveys, construction, maintenance, and the refurbishment of sector gear assemblies, with a strong emphasis on safety and compliance with environmental regulations, particularly regarding lead-based paint removal. The initiative is part of the federal commitment to infrastructure improvement, funded by the Bipartisan Infrastructure Law, and aims to ensure the operational integrity of critical facilities within the Great Lakes and Ohio River Division. Interested contractors must submit their proposals by September 16, 2024, with a price range between $500,000 and $1,000,000, and can contact Andrew Fleming at andrew.j.fleming@usace.army.mil or 502-315-7036 for further information.
    SOLICITATION W912P624B0018 VILLAGE OF LEMONT WATERMAIN REPLACEMENT, LEMONT, COOK COUNTY, ILLINOIS (USACE ACQUISITION)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for the Village of Lemont Watermain Replacement project located in Cook County, Illinois. This procurement aims to replace existing water mains, which is crucial for maintaining the integrity and reliability of the local water supply infrastructure. The project falls under the NAICS code 237110, focusing on water and sewer line construction, and is set aside for small businesses in accordance with FAR 19.5 regulations. Interested contractors can reach out to Ericka Hillard at ericka.d.hillard@usace.army.mil or call 312-846-5378 for further details regarding the solicitation process.
    WSLP-109 Levee and Floodwall, St. John the Baptiste Parish, Louisiana ED-19-028
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the WSLP-109 Levee and Floodwall project in St. John the Baptist Parish, Louisiana, aimed at enhancing flood protection and storm damage resilience. This construction project involves extensive activities such as levee and floodwall construction, drainage canal excavation, and modifications to existing utilities, with a total estimated cost between $25 million and $100 million. The project is critical for mitigating flood risks in the region and is set aside exclusively for small businesses, promoting federal mandates for small business participation in government contracts. Interested contractors must submit their bids by 10:00 AM CST on September 12, 2024, with the bid opening scheduled for 11:00 AM CST on the same day. For further inquiries, contact Melissa A. Vaughn at Melissa.A.Vaughn@usace.army.mil or 504-862-2762.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    Baker Bay Pile Dike Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Baker Bay Pile Dike Repair project located in Ilwaco, Washington. This federal contract involves the repair and replacement of existing pile dikes at the Mouth of the Columbia River, with a construction estimate ranging from $10 million to $25 million. The project is critical for maintaining navigational safety and environmental integrity in the region, requiring compliance with various federal regulations, including labor standards and environmental protections. Interested contractors must submit their bids electronically by September 19, 2024, and can direct inquiries to Aragon Liebzeit at aragon.n.liebzeit@usace.army.mil or Michael Saldana at Michael.E.Saldana@usace.army.mil.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.