FE Walter Dam Tar and Chip Roadways
ID: W912BU25R0021Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST PHILADELPHIAPHILADELPHIA, PA, 19103-0000, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z1LB)

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, Philadelphia District, is soliciting bids for the application of a double bituminous seal coat on roadways at the Francis E. Walter Dam project in White Haven, Pennsylvania. The contract is set aside for small businesses under NAICS Code 237310 and includes a performance work statement detailing the application across four specified areas, ensuring compliance with Pennsylvania Department of Transportation standards. This project is crucial for maintaining infrastructure integrity and enhancing road safety, with a total performance period of either 60 or 270 days following the Notice to Proceed. Quotes are due by 10 February 2025 at 1:00 P.M. EST, and interested contractors should contact Katie Sayers at Katie.L.Sayers@usace.army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, Philadelphia District, issued a combined synopsis/solicitation for the application of a double bituminous seal coat for roadways at the Francis E. Walter Dam in Pennsylvania. This contract is set aside for small businesses under NAICS Code 237310, with a performance work statement outlining the scope of work and requirements. The contractor will manage the application of seal coating across four identified areas, ensuring compliance with Pennsylvania Department of Transportation standards. The contract includes a base item and three options, with a total performance period of either 60 or 270 days post-Notice to Proceed. A mandatory site visit is scheduled, and quotes must be submitted by a specified deadline. The document details safety regulations, traffic control obligations, and billing procedures, alongside federal acquisition regulations applicable to the contract. The government retains the right to adjust the work schedule as needed and emphasizes the importance of workplace safety, requiring an accident prevention plan before work commences. This solicitation reflects the government's commitment to maintaining infrastructure while providing opportunities for small businesses.
    The document outlines a series of federal and state grant opportunities and RFPs aimed at various community projects. It emphasizes the importance of funding for local initiatives that enhance infrastructure, environmental sustainability, and community welfare. The structure includes appendices that likely detail specific programs, eligibility criteria, and application processes. As an overarching theme, the file highlights the government's commitment to supporting local economies and addressing community needs through collaborative funding avenues. Key points include the focus on innovative solutions for pressing local issues, the role of stakeholders in project implementation, and the necessity for compliance with federal guidelines throughout the application process. This framework is designed to foster transparency and effectiveness in the utilization of government funds.
    The document outlines a government Request for Proposal (RFP) concerning the application of double bituminous seal coat and line painting for various roads and areas within specified localities. It includes a base requirement for the Road Top of Dam (17,500 square yards) and three options: Option 1 for Carbon County Road Side (6,300 square yards), Option 2 for Luzerne County Road Side (1,760 square yards), and Option 3 for Operations Parking Lot and Roadway (3,100 square yards). Each section specifies the quantity required in square yards, with a designated area for total cost recording. The purpose of the RFP is to solicit bids for the required work, with the potential for a total cost assessment combining the base and options. This document is part of a structured process aimed at ensuring quality maintenance of public infrastructure, reflecting the government's commitment to effective road management and service delivery. Overall, it serves as a formal avenue for agencies to procure the necessary services while providing details essential for bidders to prepare competitive proposals.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    W912BU25R0019 -F.E. Walter Dam ReHab
    Buyer not available
    The U.S. Army Corps of Engineers, Philadelphia District, is seeking qualified contractors for the rehabilitation of the Francis E. Walter Dam located in White Haven, Pennsylvania. The project involves critical repair work, including the restoration of rocker bearings, replacement of corroded anchor bolts, lubrication of bearings, and concrete repairs to address spalls and delaminations, with an emphasis on maintaining traffic control during construction. This opportunity is set aside for small businesses under the NAICS code 237310, with an estimated contract value between $500,000 and $1 million, and proposals are due by March 31, 2025. Interested parties should submit their qualifications and past performance information to Frederick Conway at frederick.conway@usace.army.mil by February 10, 2025, at 2:00 PM EST.
    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.
    Dashields Locks and Dam Upper Guide Wall Stabilization
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Pittsburgh District, is seeking qualified contractors for the Dashields Locks and Dam Upper Guide Wall Stabilization project located in Coraopolis, PA. The project entails the construction of two stone buttresses on either side of the Upper Guide Wall along the Ohio River, aimed at enhancing the structural integrity of the guide wall and adjacent sheet pile wall. This initiative is crucial for maintaining the safety and functionality of the dam, which plays a significant role in regional water management and flood control. The contract, valued between $5 million and $10 million, is set aside exclusively for small businesses, with a Firm-Fixed-Price (FFP) contract to be awarded. Interested bidders must ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, with the Invitation for Bid (IFB) expected to be issued on or about January 29, 2025. For further inquiries, contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil.
    Pavement Repair Blanket Purchase Agreement, Cape Cod Canal, Buzzards Bay, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for pavement repair services at the Cape Cod Canal in Buzzards Bay, Massachusetts. The procurement involves the removal and installation of pavement, subgrade repairs, welding, and traffic control measures, with a total BPA limit of $250,000 and individual call limits of $25,000. This initiative is part of ongoing infrastructure maintenance efforts, ensuring the safety and functionality of critical transportation routes. Interested vendors must submit their quotes by February 12, 2025, at 5:00 PM EST, and can direct inquiries to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324. All vendors must have an active registration in SAM.gov to be considered for this opportunity.
    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.
    CAPE COD CANAL, SERVICE ROAD PAVING
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is seeking qualified contractors for the Service Road Paving project at the Cape Cod Canal in Bourne and Sandwich, Massachusetts. The project involves providing a 1.5” hot mix asphalt overlay on the service roads, along with miscellaneous tasks such as re-striping, replacing a drain inlet frame, and installing curb, with an estimated construction cost between $1,000,000 and $5,000,000. This paving work is crucial for USACE access and recreational use by pedestrians and cyclists, and it is scheduled for construction in Fall 2025 and/or Spring 2026, with a planned solicitation release in Spring 2025. Interested firms must submit a capabilities package by February 27, 2025, to Mr. Kyle Hall at kyle.k.hall@usace.army.mil, including proof of bonding capability and relevant experience.
    Project CATO 10(5), 11(2), ETC - Catoctin Mountain Park
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the Catoctin Mountain Park project, designated as Project CATO 10(5), 11(2), located in Frederick County, Maryland. The project involves the reconstruction and resurfacing of Route 11 (Foxville-Deerfield Road) and Route 10 (Park Central Road), including full-depth reconstruction, milling, resurfacing, and ancillary improvements, with an estimated total project cost ranging from $5 million to $10 million. This initiative is crucial for enhancing park infrastructure and visitor experience while ensuring compliance with federal regulations and environmental standards. Interested bidders should prepare to submit their bids electronically by the due date specified in the solicitation documents, which are expected to be available around January 21, 2025. For further inquiries, contact Michael Sun or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    Codorus Creek Shoal Removal
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is preparing to solicit bids for the Codorus Creek Shoal Removal Project in York, Pennsylvania. This project involves construction services for dredging to maintain the flood damage reduction channel along Codorus Creek, which requires the removal of shoals at two specific locations to ensure proper water flow. The project is crucial for flood risk management and involves in-water work to remove shoals composed of pebbles, cobbles, vegetation, wood debris, and gravel, with an estimated contract value between $1 million and $5 million. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), should prepare for the invitation for bid (IFB) anticipated to be released in the second quarter of FY25, and can contact Erica Stiner or Jeffrey B. May for further information.
    Blast Booth & Paint Equipment Cleaning
    Buyer not available
    The Department of Defense, through the U.S. Army, is soliciting offers for paint and blast cleaning services at various buildings within the Letterkenny Army Depot in Pennsylvania, under solicitation number W911N225R0004. The procurement requires contractors to provide all necessary labor, materials, tools, and equipment to ensure thorough cleaning while adhering to safety and environmental regulations, particularly focusing on the removal of hazardous materials. This initiative is crucial for maintaining operational effectiveness and compliance with federal standards, emphasizing the importance of quality service delivery in a secure environment. Proposals are due by February 13, 2025, with a performance period extending from December 27, 2024, to December 26, 2025. Interested parties can contact Jonathan K. Carroll at jonathan.k.carroll.civ@army.mil or by phone at 717-267-8357 for further information.
    Boundary Maintenance Services, East Brimfield Dam, Sturbridge, Brimfield, and Holland, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is seeking contractors for Boundary Maintenance Services at the East Brimfield Dam, located in Sturbridge, Brimfield, and Holland, Massachusetts. The primary objective of this procurement is to provide comprehensive boundary maintenance, which includes identifying, clearing, and marking the U.S. Army Corps of Engineers (USACE) Fee Property Boundary, while documenting findings such as missing or damaged monuments and encroachments with photographic evidence. This service is crucial for maintaining the integrity of USACE property lines and ensuring compliance with federal regulations. The solicitation is set to be released on or about February 18, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.