Basin Mining Area Road Repair
ID: W9128F25QA056Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Highway, Street, and Bridge Construction (237310)

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, Omaha District, is soliciting bids for road repair services at the Basin Mining Area in Basin, Montana. The project involves repairing approximately four miles of severely eroded dirt roads to ensure safe access for vehicles involved in environmental remediation efforts, with a completion timeline of 180 days following the issuance of a purchase order. This initiative is critical for facilitating Environmental Protection Agency (EPA) Remedial Action Construction in an area affected by mining-related contamination. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotations by June 6, 2025, with an estimated project cost between $25,000 and $100,000. For further inquiries, potential bidders can contact Noemi Lozano at noemi.lozano@usace.army.mil or by phone at 402-995-2049.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is currently inaccessible due to a PDF viewer issue, providing no substantive content for analysis. As a request for proposals (RFPs) or grant-related material, it likely pertains to government funding opportunities or guidelines for submission processes. Proper analysis of RFPs and grants is essential for understanding eligibility requirements, project scopes, and submission deadlines. Typically, such documents outline specific objectives government entities aim to fulfill through partnerships with private organizations or local governments. If the content becomes available, the summary would highlight key information regarding project aims, funding levels, application procedures, and evaluation criteria. This information is vital for organizations seeking federal or state funding to develop or support various initiatives.
    The government file outlines a Request for Proposals (RFP) aimed at addressing infrastructure improvements in local communities. The primary focus is on obtaining funding for projects that enhance public facilities, including transportation networks, water systems, and recreational spaces. Key initiatives outlined include upgrading aging infrastructure, ensuring compliance with environmental standards, and providing equitable access to services for underserved populations. The document specifies eligibility criteria for applicants, emphasizing the need for detailed project proposals, timelines, and budget forecasts. It highlights the significance of stakeholder engagement and community input in the planning process, aiming to foster collaboration between government entities and local organizations. The RFP underscores the government’s commitment to sustainable development, improving the quality of life for residents, and stimulating economic growth through strategic investments in community infrastructure.
    The document provides the General Decision Number MT20250079, effective January 3, 2025, regarding prevailing wage rates for highway construction projects statewide in Montana, in compliance with the Davis-Bacon Act and corresponding Executive Orders. It details the minimum wage requirements contractors must follow based on contract dates and classifications of workers. Key wage rates for various professions such as carpenters, electricians, laborers, and equipment operators are listed, reflecting both base wages and fringe benefits. The document also outlines policies related to paid sick leave for federal contractors under Executive Order 13706. Additionally, it explains the process for appealing wage determinations and classifications, emphasizing the need for compliance in federal contracts. The intent is to ensure fair wages for laborers while guiding contractors on requirements for public works projects, sustaining labor standards, and enforcing worker protections across state and federally funded projects.
    The U.S. Army Corps of Engineers (USACE) is tasked with providing road repair services in the Basin Mining Area of Montana, focusing on Operable Units 5 and 6, in preparation for Environmental Protection Agency (EPA) Remedial Action Construction. The area has a history of mining-related contamination, requiring repairs to four miles of severely eroded dirt roads to ensure safe access for vehicles involved in environmental remediation. The contractor must conduct a comprehensive site survey, prepare a detailed road maintenance work plan, and perform necessary repairs including filling eroded sections, grading surfaces, and ensuring environmental safeguards. A kickoff meeting and ongoing communication with USACE and EPA stakeholders are mandated to ensure project alignment. The project duration is six months and includes specific performance standards and timelines for deliverables such as reports and documentation of the repair work. The contractor is responsible for adhering to local and federal regulations while implementing continuous safety measures for public traffic during the project. Overall, this initiative reflects the government's commitment to restoring safe and functional travel routes in environmentally sensitive regions.
    The document outlines the Request for Information (RFI) responses related to the Basin Mining Area Road Repair project in Basin, MT, with an emphasis on timeline and cost. The project must be completed promptly, with a notice to proceed issued upon awarding a purchase order, necessitating work to start within ten days and finish within 180 days. The estimated project cost ranges between $25,000 and $100,000. Contractors are permitted to visit the area independently, as there will be no government-organized site visits. This project represents a new initiative, not involving any current contractor. The responses provide critical insights into the project's urgency, cost expectations, and operational procedures, reflecting the structured approach often seen in government RFPs and grants management. Overall, the document highlights the government's emphasis on expeditious action and transparency in the procurement process.
    The document outlines the responses to a Request for Information (RFI) regarding the Basin Mining Area Road Repair project in Basin, MT, scheduled to be completed as soon as possible, with work expected to commence shortly after a purchase order is awarded. No bid bond is required for quotation submission, but the winning contractor must provide payment protection, either a payment bond or an irrevocable letter of credit. The anticipated cost for the project falls between $25,000 and $100,000. Contractors are allowed to visit the project site at their convenience as no government-organized site visit will occur. This initiative represents a new requirement with no incumbent contractor currently performing these services. The document serves to clarify logistical and procedural aspects of the RFP, guiding contractors in their submission process and project execution timeline.
    The file discusses the Request for Information responses for the Basin Mining Area Road Repair project in Basin, MT, dated June 4, 2025. It establishes that a bid bond is mandatory for submitting quotations and clarifies that the project completion deadline is immediate, not extending into 2026. The anticipated start date follows the award of a purchase order, requiring work to begin within ten days and be finalized within 180 days. The estimated project cost ranges from $25,000 to $100,000, and contractors may inspect the site at their convenience, as no official site visit will be organized by the government. Notably, this project represents a new requirement, indicating no current contractor is engaged for similar services. This succinct set of inquiries and answers provides key logistical information pertinent for prospective bidders in a federal contracting scenario.
    The document details a Request for Information regarding the Basin Mining Area Road Repair project in Basin, MT, with an estimated cost range between $25,000 and $100,000. It clarifies that interested contractors may visit the project site at their convenience, as there won't be an organized site visit by the government. Additionally, this project represents a new requirement, indicating that no incumbent contractor currently provides these services. The responses address basic inquiries, outlining essential project information for potential bidders in the context of federal contracting practices.
    The document is a Request for Quotation (RFQ) for road repair services specifically targeting maintenance work at the Basin Mining Area in Basin, Montana. Issued by the Kansas City District of the U.S. Army Corps of Engineers, it details the submission requirements for vendors and emphasizes that quotations are not binding offers, ensuring that the Government does not incur costs associated with proposal preparation. The RFQ outlines the scope of services, including the development of a maintenance work plan, road repair services, and the completion of a work report. The timeline specifies that work must be completed by December 22, 2025, with specified communication contacts available for support throughout the process. The document also lists contractual clauses and conditions covering inspections, payment procedures, and representations by the contractor. The structure includes sections on supplies and services, specific requirements, delivery expectations, and necessary representations to ensure compliance with federal regulations. This RFQ illustrates the Government’s strategic approach to procure essential services while promoting transparency and compliance with federal acquisition practices.
    This document pertains to the amendment of a government solicitation, extending the deadline for receipt of offers and requiring acknowledgment of the amendment by bidders. It outlines specific methods for acknowledging receipt, such as through signed return copies or electronic communication. The document emphasizes the importance of timely acknowledgment to avoid rejection of offers. It details modifications to a contract, including the addition of specific clauses related to performance and payment bonds. These clauses require contractors to provide payment protection, typically equal to the contract price, and outline conditions for bond submissions and waivers. The document serves to inform potential bidders of changes in contractual obligations and compliance requirements associated with federal contracts, specifically in the context of construction and sub-contracting processes, ensuring alignment with Federal Acquisition Regulations (FAR).
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Libby Asbestos Superfund Site Responsible Party Oversight, Proposed Plan, Record of Decision
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is preparing to issue a solicitation for the Responsible Party Oversight, Feasibility Study, and Record of Decision for the Libby Asbestos Superfund Site in Libby, Montana. This procurement aims to provide oversight for a PRP-led Feasibility Study, which will analyze data regarding the contamination of Libby amphibole asbestos and develop a Proposed Plan and Record of Decision for remediation efforts. The project is critical for addressing environmental risks associated with asbestos contamination in the area, particularly in relation to wildfire suppression activities. Interested parties should note that the solicitation will be released no sooner than 15 days from the announcement date, and they can contact Amanda N. Lane at amanda.n.lane@usace.army.mil or Zachary Kinder at zachary.g.kinder@usace.army.mil for further information. The project is expected to span 36 months from the date of award.
    Nelson Tunnel Repair, ISS-EPA, Mineral County, CO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors for a construction contract related to the Nelson Tunnel Repair at the Commodore Waste Rock Superfund Site in Mineral County, Colorado. The primary objective is to conduct remedial actions to mitigate the risk of uncontrolled releases of mine-impacted water from the Nelson Tunnel, which involves constructing a bypass adit, rehabilitating the existing tunnel, and installing flow control structures. This project is critical for environmental protection and water quality management in the region, with an estimated construction cost ranging from $10 million to $25 million. Interested firms must submit their qualifications by December 22, 2025, to Sam McGuffey and Jeffrey Wyant via email, ensuring they are registered in the System for Award Management (SAM).
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This initiative is part of the Defense Access Road program, emphasizing the importance of maintaining access routes for national defense operations. Interested small businesses must submit their bids by December 9, 2025, at 2:00 p.m. local time, and can direct inquiries to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov. The estimated project cost is approximately $5,980,000, with a firm fixed-price variable-scope contracting method in place.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    Z--GAOA MELSTONE DAM RECONSTRUCTION
    Buyer not available
    The Department of the Interior, through the Bureau of Land Management, is soliciting proposals for the GAOA Melstone Dam Reconstruction project located in Musselshell County, Montana. This total small business set-aside contract, valued between $1 million and $5 million, requires contractors to complete heavy and civil engineering construction within a timeframe of 300 calendar days following the notice to proceed. The project is critical for maintaining infrastructure integrity and environmental compliance, particularly concerning local wildlife during specific construction periods. Interested contractors should note that the proposal submission deadlines and site visit dates have been postponed due to inclement weather, with further amendments to be issued. For inquiries, contact Lisa McKeon at lmckeon@blm.gov or by phone at 850-890-6395.
    John Day Transportation and Site Access
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River Hopper Dredge Disposal Area project, specifically Project 24-2 located in Plaquemines Parish, Louisiana. The project involves the removal of material within the Hopper Dredge Disposal Area and the disposal of this material in designated restoration areas, adhering to specified dimensions outlined in the contract drawings. This dredging project is significant for maintaining navigational channels and environmental restoration, with a contract value estimated between $25 million and $100 million. The solicitation is expected to be issued around December 5, 2024, and interested vendors should register on Sam.gov and contact Cori A. Caimi or Bambi Raja for further details.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 2-2025, which involves the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge for dredging work in the Mississippi River Southwest Pass and potentially other areas. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. Bidders must comply with various certification processes, including registration with the System for Award Management (SAM), and adhere to environmental safety guidelines, with the contract awarded to the responsible lowest-priced bidder. Interested parties can contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further details, and the bid opening date will be announced in future amendments.