Buckhorn Tailwater Streambank Erosion **Amendment 0001**
ID: W912QR25BA006Type: 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 (Louisville District), is soliciting bids for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. This project aims to address streambank erosion by regrading slopes, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. The initiative is part of a broader commitment to sustainable water resource management and infrastructure improvement, ensuring minimal environmental disruption during construction. Interested contractors must submit their proposals electronically by January 27, 2025, following a mandatory site visit on January 8, 2025, and can direct inquiries to Ethan Phillips at ethan.s.phillips@usace.army.mil or by phone at 502-315-6545.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Buckhorn Tailwater Streambank Erosion" project, undertaken by the U.S. Army Corps of Engineers (Louisville District), aims to address and control streambank erosion in Buckhorn, Kentucky, as part of federal solicitations and planning for FY2025. The project includes detailed site maps indicating locations, contractor haul routes, erosion control measures, and existing conditions, supported by comprehensive site photography and survey data. Key activities include minimizing ground disturbance, implementing best management practices to control dust, and managing water quality during construction. The design also specifies installation locations for various erosion control devices such as floating turbidity barriers and sediment filtering systems, emphasizing the need for environmental compliance. The documentation serves as a vital reference for contractors and regulatory officials, reinforcing actions necessary to protect the site's ecological integrity while carrying out construction operations. The project represents a commitment to sustainable water resource management and infrastructure improvement.
    The Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky, is focused on addressing streambank erosion through a design-bid-build construction process. The solicitation outlines detailed specifications, requirements, and submission processes while ensuring compliance with various regulations and guidelines. Key aspects include strict timelines for project completion, mandatory performance and payment bonds, and requirements for quality control and environmental management. The document specifies the contractor’s responsibilities regarding project signage, safety protocols, and maintenance of accurate as-built drawings during construction. It also emphasizes the need for contractor security training, adherence to safety and health regulations, and necessary insurance coverage. The overall objective is to restore the streambank area while minimizing disruptions to the surrounding environment and community. This project represents the government’s commitment to efficient infrastructure management and environmental stewardship.
    The document outlines Amendment 0001 to Solicitation W912QR25BA006, extending the bid submission deadline to January 27, 2025, and detailing project modifications. Key changes include revised plan sheets related to the Buckhorn Tailwater Streambank Erosion project, with updates on pavement underdrains, parking notes, and wage determinations highlighted in yellow. A mandatory site visit is scheduled for January 8, 2025, requiring RSVPs by January 6, 2025, with all inquiries directed through the ProjNet Bidder Inquiry system. Bidders must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with a strict deadline for submissions. The amendment also emphasizes compliance with the Davis-Bacon Act and Executive Orders regarding wage standards, as several prevailing wage rates are listed. Additionally, the document provides specific instructions for bidders on submitting inquiries, attending site visits, and meeting wage determination standards, underscoring the project's compliance and administrative requirements. Overall, the amendment seeks to ensure clarity and adherence to federal contracting standards while facilitating the bidding process for contractors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Buckhorn Boat Ramp Reconstruction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the reconstruction of the Buckhorn Boat Ramp at Buckhorn Reservoir in Perry County, Kentucky. This Design-Build project involves the removal of the existing ramp, construction of a new ramp, improved drainage, and erosion control measures, with an estimated construction cost ranging from $1 million to $5 million. The procurement process is classified under NAICS Code 237990, and the contract will be awarded based on the lowest total price, with a 10% price evaluation preference for HUBZone businesses. Interested contractors must submit sealed bids by February 10, 2025, and are encouraged to attend a pre-bid site visit on January 22, 2025. For further inquiries, potential bidders can contact Marcie Billotto at marcie.billotto@usace.army.mil or by phone at 502-315-6213.
    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 project aims to enhance the safety and structural integrity of the dam, addressing critical geological and hydrological concerns identified in previous assessments. This federally funded initiative is vital for maintaining infrastructure resilience and ensuring compliance with safety regulations, with a contract value estimated between $250 million and $500 million. Interested contractors must submit their proposals electronically by March 20, 2025, and are encouraged to contact Adyson Medley at adyson.medley@usace.army.mil for further information.
    FRL Intake Structure and Dam Rehab
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Huntington District, is seeking contractors for the rehabilitation of the intake structure and dam at Fishtrap Lake in Shelbiana, KY. The project entails providing all necessary materials, equipment, labor, and supervision to complete the construction work in accordance with specified industry standards and contract plans. This procurement is crucial for maintaining the integrity and functionality of the dam, which plays a significant role in local water management and safety. Interested small businesses must submit their proposals by February 6, 2025, and can direct inquiries to Brittani Stowers at brittani.l.stowers@usace.army.mil or Philip Davis at Philip.S.Davis@usace.army.mil.
    Kentucky Lock Approach Walls Contract
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Nashville District, is seeking qualified contractors for the Kentucky Lock Approach Walls Contract, anticipated to be solicited in late FY25. This project involves a bifurcated approach for constructing a downstream fixed approach wall approximately 1,200 feet long, along with demolition and dredging activities, and optional upstream floating approach walls and related demolition work. The estimated contract value is between $250 million and $500 million, and interested firms are encouraged to submit their capabilities statements and past performance information to the designated contacts, Cierra Vega and Dellaria Martin, by the specified deadlines. Further details and a more comprehensive scope of work will be provided in upcoming announcements.
    Plum Creek Restoration Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking construction contractors for the Plum Creek Restoration Project in Conewago Township, Pennsylvania. The project involves the removal of approximately 1,500 to 2,000 linear feet of failing culverts, stream daylighting, and the creation of wetlands and riparian buffers to restore a degraded stream system and improve hydrologic conditions. This initiative is crucial for enhancing aquatic habitats and supporting the broader goals of Chesapeake Bay restoration. Interested contractors must submit their capability statements by February 5, 2025, with the contract valued between $1,000,000 and $5,000,000. For further inquiries, contact Sharon Alexander at sharon.l.alexander@usace.army.mil or call 410-962-0191.
    EMERGENCY STREAMBANK STABILIZATION VERMILION COUNTY, IL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Emergency Streambank Stabilization project in Vermilion County, Illinois, aimed at addressing erosion issues along the Middle Fork Vermillion River. The project involves a comprehensive scope of work that includes clearing vegetation, conducting a geotechnical investigation, and installing erosion control measures such as a riprap ditch and backfilling with filter stone and class I riprap. This initiative is critical for maintaining infrastructure integrity and managing environmental risks, reflecting the government's commitment to regulatory compliance and ecosystem preservation. Interested small businesses must submit sealed bids by February 17, 2025, with an estimated construction cost between $1,000,000 and $5,000,000; for further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or Richard Vandelinde at richard.vandelinde@usace.army.mil.
    ALVIN BUSH DAM ROCK WALL STABILIZATION, CLINTON COUNTY, PENNSYLVANIA
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Baltimore District, is seeking expressions of interest from qualified construction contractors for the Alvin Bush Dam Rock Wall Stabilization project located in Clinton County, Pennsylvania. The primary objective of this procurement is to stabilize eroding rock walls at the dam, which pose risks to roadway integrity due to runoff and weathering, through tasks such as installing anchored concrete liner walls and conducting rock excavation. This project is significant for maintaining infrastructure safety and environmental integrity, with an anticipated value between $15 million and $18 million, classified under NAICS code 237990 for heavy construction. Interested contractors must submit their letters of interest by February 10, 2025, via email to the primary contact, Sharon Alexander, at sharon.l.alexander@usace.army.mil, or to Richard Driestadt at richard.a.driestadt@usace.army.mil, as no telephone inquiries will be accepted.
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Cannelton Fixed Weir Repair project located at the Cannelton Locks & Dam in Indiana. This project involves the repair of the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring access to the hydroelectric power plant throughout the construction process. The contract, valued between $250,000 and $500,000, is open only to contractors within the MATOC pool W91237-23-D0003 through W91237-23-D0009, with proposals due by 12:00 PM ET on February 19, 2025. Interested contractors must be registered in the SAM database and are encouraged to contact Joel Huberman at joel.huberman@usace.army.mil for further inquiries.
    MVD Stone Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers' Mississippi Valley Division, is announcing anticipated stone work requirements for Fiscal Year 2025, focusing on various construction and repair projects along the Mississippi River. The primary objectives include the construction and repair of dikes, revetments, chevrons, and other river training structures, as well as land-based construction activities such as bank grading and stone placement to prevent erosion and maintain structural integrity. This initiative is crucial for ensuring the stability of vital waterways while addressing environmental challenges, with projects categorized by contracting methods including multiple award task order contracts (MATOC) and single award task order contracts (SATOC). Interested parties can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or by phone at 601-634-5907 for further information, while project details and budgets are subject to change as designs are refined.
    Notice of Intent 2021 Unrestricted A/E Environmental Support Services IDIQ MATOC Capacity Increase
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is announcing its intent to award modifications against existing task orders under the 2021 Unrestricted Architect/Engineer (A/E) Environmental Support Services Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC). The procurement aims to secure environmental support services, including design, studies, surveys, sampling, testing, and permit procurement, to assist in various environmental matters related to hazardous, toxic, and radiological sites, while ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining environmental safety and compliance across multiple programs, including the Formerly Used Defense Sites and the Department of Defense Restoration Program. Interested firms must submit their responses, including company details and capability evidence, to the primary contact, Alexa Dukes, at alexa.l.dukes@usace.army.mil by February 14 at 1:00 PM Eastern Time.