Skagway River Levee Rehabilitation of Damaged Flood Control Works, Skagway, Alaska
ID: W911KB26R0002Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST ALASKAANCHORAGE, AK, 99506-0898, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER CONSERVATION AND DEVELOPMENT FACILITIES (Y1KZ)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the rehabilitation of the Skagway River levee, which has sustained damage to its flood control works in Skagway, Alaska. The project aims to restore and enhance the levee's effectiveness in flood prevention, ensuring the safety and protection of the surrounding areas. This opportunity falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, highlighting the importance of robust infrastructure in mitigating flood risks. Interested parties should reach out to Jennifer Gosh at jennifer.gosh@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil for further details regarding the procurement process.

    Point(s) of Contact
    Files
    No associated files provided.
    Lifecycle
    Similar Opportunities
    2026-2028 Dillingham Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the maintenance dredging of Dillingham Harbor in Alaska, scheduled for the years 2026 to 2028. This procurement aims to ensure the harbor remains navigable and safe for maritime operations, which is crucial for local economic activities and transportation. The project falls under the NAICS code 237990, focusing on heavy and civil engineering construction, specifically related to the maintenance of dredging facilities. Interested parties can reach out to Jennifer Gosh at jennifer.gosh@usace.army.mil or George Nasif at george.g.nasif@usace.army.mil for further information regarding this opportunity.
    Charles Page Floodwall Erosion Repair
    Buyer not available
    The Department of Defense, through the Department of the Army's W076 Endist Tulsa office, is soliciting bids for the Charles Page Floodwall Erosion Repair project. This procurement aims to address erosion issues affecting the floodwall, which is critical for maintaining flood protection and infrastructure integrity in the area. The project falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is set aside for small businesses in accordance with FAR 19.5 regulations. Interested contractors can reach out to Justin Sawicki at justin.p.sawicki@usace.army.mil or call 931-637-8083 for further details regarding the solicitation process.
    AK PFH 59(3), Snug Harbor Road Gulley Remediation and Erosion Control
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Snug Harbor Road Gulley Remediation and Erosion Control project in Cooper Landing, Alaska. The primary objective of this firm-fixed-price contract is to address erosion issues by remediating gullies and repairing existing erosion control measures without the use of construction equipment on the slope. This project is critical for maintaining infrastructure integrity and environmental stewardship, as it aims to prevent further erosion and enhance roadway conditions along Snug Harbor Road. Interested small businesses must submit their quotes electronically by February 16, 2025, and can direct inquiries to WFL Simplified Acquisition at WFL.Purchasing@dot.gov or by phone at 360-619-7738.
    MVD Levee Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
    LOCK AND DAM 25 DOWNSTREAM APPROACH GUIDE CELL U.S. ARMY CORPS OF ENGINEERS, ST. LOUIS DISTRICT
    Buyer not available
    The U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for the construction of the Lock and Dam 25 Downstream Approach Guide Cell. This project involves significant civil engineering work, specifically under the NAICS code 237990, which pertains to other heavy and civil engineering construction. The guide cell is crucial for ensuring safe navigation and operational efficiency at the lock and dam facility. Interested contractors should note that Amendment 0001 has been issued, extending the bidder inquiry due date, providing a site visit sign-in sheet, updating wage determinations, and releasing contractor inquiries and government responses. For further information, potential bidders can contact Whitney Dee at whitney.r.dee@usace.army.mil or Catherine Hansen at catherine.a.hansen@usace.army.mil, with inquiries due by the specified deadlines.
    W91237-25-B-0002 Fishtrap Spillway Machinery Platform Concrete Rehab
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the rehabilitation of the Fishtrap Spillway Machinery Platform Concrete. This project falls under the category of Other Heavy and Civil Engineering Construction and aims to repair or alter non-building facilities, ensuring the structural integrity and functionality of the spillway. The opportunity is set aside for small businesses, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested contractors can reach out to Brittani Stowers at brittani.l.stowers@usace.army.mil or Robert Rounay at robert.p.rounay@usace.army.mil for further details, with the solicitation number W91237-25-B-0002 indicating the specific project requirements.
    2026-2028 Homer Harbor & Ninilchik Harbor Maintenance Dredging
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the anticipated 2026-2028 maintenance dredging project at Homer Harbor and Ninilchik Harbor in Alaska. The project involves pre- and post-dredge surveys, annual maintenance dredging, and the upland/intertidal placement of dredged materials, with an estimated construction value between $1 million and $5 million. This maintenance work is crucial for ensuring navigability and safety in the harbors, which are vital for local maritime activities. Interested firms are encouraged to submit their capabilities packages by February 24, 2025, to Melanie DePuy at melanie.depuy@usace.army.mil or Jennifer Gosh at jennifer.gosh@usace.army.mil, as registration in the System for Award Management (SAM) is required for eligibility.
    USACE SPK DBB Construction - SRE C5 Pioneer Bridge Levee Improvements - Sacramento, CA
    Buyer not available
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is conducting a Sources Sought Notice for potential design-bid-build construction services aimed at improving levee conditions at the Sacramento River Erosion Site 1, located under the I-80 Pioneer Bridge in Sacramento, California. The project seeks to mitigate the risk of levee failure due to erosion, involving the installation of various erosion protection measures, including rock bank protection and in-stream woody material, with a completion timeline estimated at 180 days from the Notice to Proceed. This initiative is crucial for maintaining the integrity of the levee system and protecting surrounding areas from flooding. Interested small business contractors are encouraged to submit capability statements by February 14, 2025, with an estimated project budget between $5 million and $10 million, and further inquiries can be directed to Melita Doyle at melita.s.doyle@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.
    Z--NV-DESERT NWRC-WHIN-MARSH LEVEE REPAIR
    Buyer not available
    The U.S. Fish and Wildlife Service (USFWS) is seeking responses for the WHIN Marsh Levee Repair Project at the Pahranagat National Wildlife Refuge in Alamo, Nevada. This project involves the repair of the WHIN Marsh levee system, which is crucial for habitat management for migratory birds, particularly waterfowl, and includes the replacement of four water control structures and the design of a three-foot wide aluminum access catwalk with safety features. The initiative underscores the USFWS's commitment to wetland management and habitat preservation, with a primary NAICS code of 237990 and a size standard of $45 million. Interested businesses are encouraged to submit their Unique Entity Identifier (UEI), business type, and a document detailing their capabilities by February 7, 2025, to Shannon Barnhill at shannonbarnhill@fws.gov.