Buckhorn Tailwater Streambank Erosion
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
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, through 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. This project aims to enhance the safety and structural integrity of the dam, addressing critical geotechnical concerns identified in previous assessments, including the management of karst geological features and ensuring compliance with federal safety standards. The estimated contract value ranges between $250 million and $500 million, with proposals due by April 18, 2025. Interested contractors can reach out to Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211 for further details.
    MATOC Contractors Only - Repair for Covington Emergency Levee Amendment 0003
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Covington Emergency Levee Repair project in Covington, Kentucky, under a Multiple Award Task Order Contract (MATOC) framework. The project aims to address critical slope stabilization and outlet pipe replacement along the Licking River, necessitating compliance with federal and state design standards while ensuring the safety and functionality of the levee system. This initiative is vital for protecting the local community from flooding risks, given the historical instability of the levee and the ongoing geological challenges in the area. Interested contractors must submit their proposals by March 10, 2025, and can direct inquiries to Jennifer King at jennifer.l.king2@usace.army.mil or Matthew Judd at Matthew.p.judd@usace.army.mil, both reachable at 502-315-7425.
    Barren River Lake Hydraulic Replacement
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. The project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, ensuring that one hydraulic system remains operational during repairs while adhering to strict safety and environmental regulations. This initiative is vital for maintaining infrastructure reliability and operational efficiency, with a contract value estimated between $100,000 and $250,000, set aside entirely for small businesses. Interested contractors must submit sealed bids by 10:00 AM on February 21, 2025, and can direct inquiries to Kelly Duggins at Kelly.S.Duggins@usace.army.mil or by phone at 502-315-6013.
    Barren River Lake Mowing & Maintenance IDIQ
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking small businesses to provide mowing and maintenance services at the Barren River Lake project site in Kentucky through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The contract, valued at an estimated total of $10 million, will cover various mowing tasks across designated areas, requiring contractors to supply management, personnel, and equipment while adhering to safety and quality standards. This procurement is crucial for maintaining the aesthetic and recreational quality of public spaces, ensuring compliance with federal regulations, including wage determinations under the Service Contract Act. Interested contractors must submit their bids by March 7, 2025, and can contact Jennifer King at jennifer.l.king2@usace.army.mil or Matthew Judd at matthew.p.judd@usace.army.mil for further inquiries.
    Debris Removal Vehicles (DRV) - Barges
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design and construction of two coupled steel work barges intended for debris removal operations at Lake Cumberland, Kentucky. The project requires the barges to be approximately 75 feet long and 36 feet wide, equipped with a knuckle boom for material handling, and compliant with American Bureau of Shipping class requirements, ensuring safety and structural integrity during operations. This procurement is crucial for enhancing the efficiency of debris removal efforts in federal public service, with a total project duration of 562 days and specific timelines for design submissions and revisions. Interested small businesses should contact Scott Ellis at Robert.S.Ellis@usace.army.mil or Samantha Bautch at samantha.d.bautch@usace.army.mil for further details.
    William H Harsha Lake Asphalt Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the William H. Harsha Lake Asphalt Repair project in Batavia, Ohio. This contract focuses on repairing and sealing road and parking lot surfaces, with an estimated cost between $50,000 and $100,000, and is designated as a 100% small business set-aside under NAICS code 237310. The project is critical for maintaining public infrastructure safety and functionality, requiring contractors to complete their proposals electronically by March 25, 2025, with work expected to commence within 10 days of award and be completed within 90 days. Interested contractors can contact Marcie Billotto at marcie.billotto@usace.army.mil or by phone at 502-315-6213 for further details.
    Nolin River Lake Office Demolition
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District in Louisville, is soliciting bids for the demolition of the Nolin River Lake Office and an adjacent storage building in Bee Spring, Kentucky. The project includes the removal of asbestos and grading of the demolition site, with an estimated construction cost between $100,000 and $250,000, and is exclusively set aside for small businesses under NAICS code 238910. Contractors are required to adhere to safety protocols and environmental regulations, with a fixed-price contract awarded to the lowest bidder, who must begin work within 14 days of receiving a notice to proceed and complete it within 90 days. Interested contractors should submit their quotes by March 7, 2025, and may contact Amber Drones at amber.l.drones@usace.army.mil or John Butts at john.c.butts@usace.army.mil for further information.
    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.
    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. The project aims to address critical repair needs 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. This initiative underscores the federal commitment to maintaining essential hydroelectric facilities and adhering to environmental and safety standards. Interested contractors must submit price proposals ranging from $250,000 to $500,000 by March 12, 2025, and are required to register in the SAM database. For further inquiries, contact Joel Huberman at joel.huberman@usace.army.mil or call 502-315-7409.
    Construct New Bulkhead, Hugo Lake, Oklahoma
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is seeking information from qualified firms for a future Design-Bid-Build contract to construct a new bulkhead at Hugo Lake, Oklahoma. The project involves the fabrication, shipping, field assembly, testing, and construction of a crane pad for the deployment and retrieval of six hollow steel segments designed to block water flow during maintenance operations. This bulkhead is critical for ensuring the operational integrity of the tainter gates at the Denison Powerhouse, which plays a vital role in water management. Interested contractors must submit a 5-page Experience/Capabilities Statement by March 24, 2025, and should be registered in the System for Award Management (SAM). The estimated contract value is between $5 to $10 million, and inquiries can be directed to Clinton Yandell at clinton.j.yandell@usace.army.mil or by phone at 918-669-4920.