Dale Hollow Slope Remediation - Supply
ID: W912P525QA028Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA

NAICS

Other Crushed and Broken Stone Mining and Quarrying (212319)

PSC

MISCELLANEOUS CONSTRUCTION MATERIALS (5680)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers (USACE) Nashville District is seeking quotes for a firm fixed-price supply contract for construction materials necessary for the Dale Hollow Dam Slope Remediation project in Tennessee. The contractor will be responsible for supplying and delivering various materials, including TDOT Class A-1 Riprap, crushed stone, geotextile, geogrid, gabion baskets, and erosion control items, within 45 calendar days following contract award. This procurement is crucial for ongoing slope stabilization efforts aimed at ensuring the safety and stability of vital infrastructure. Interested small businesses must submit their quotes electronically by May 8, 2025, and direct any questions to Contract Specialist Andrew Roth at andrew.r.roth@usace.army.mil.

    Files
    Title
    Posted
    The document outlines a Request for Proposals (RFP) for the supply of materials necessary for the Dale Hollow Slope Remediation Drainage and Stability project, with the solicitation number W912P525QA028. It details various materials required, including different types of riprap, crushed stone, geotextiles, geogrids, gabion baskets, and erosion control products. The estimated quantities for each material are specified, indicating a comprehensive price schedule for procurement. This procurement is aimed at addressing drainage and structural stability issues in the area, reflecting a governmental focus on infrastructure improvement and environmental management. The pricing structure is left blank for bids, suggesting that interested suppliers will need to submit competitive costs for the listed materials. Overall, the document serves as a crucial step in facilitating the project while ensuring compliance with governmental procurement processes.
    The project involves the supply contract for materials necessary for the slope stabilization adjacent to Dale Hollow Dam in Tennessee. The contractor is responsible for delivering all specified materials within 45 days following award, considering a mandatory review period for submittals by the U.S. Army Corps of Engineers (USACE). The contract's objective is to continue ongoing slope stabilization efforts after observed failures, initially commenced in Summer 2024, utilizing a prepared laydown area on-site for material storage. Key deliverables include various materials such as TDOT Class A-1 Riprap, crushed stone, geotextile, geogrid, gabion baskets, and erosion control items, with detailed specifications and quantities provided in the contract. Contractors must submit product approval documents, accounting for long lead times, coordination with USACE contacts is essential for successful delivery, ensuring all materials are defect-free upon arrival. Invoicing procedures are outlined, requiring documentation for payment processing post-acceptance of materials. This summary encapsulates the key elements of the RFP, situating it within federal procurement standards aimed at ensuring the safety and stability of vital infrastructure while meeting environmental guidelines.
    The document outlines the solicitation for a commercial supply contract aimed at procuring materials for construction associated with the Dale Hollow Dam Slope Remediation project. The contract is a Total Small Business Set-Aside, emphasizing opportunities for small businesses, particularly women-owned. It details requirements such as a firm-fixed price contract, with a focus on various construction supplies including riprap, crushed stone, geotextile, and erosion control materials. The method of selection is based on the lowest priced, responsible offeror meeting technical specifications. Key dates include the quote submission deadline and a project completion timeline of 45 days post-award. The U.S. Army Corps of Engineers administers the contract, with stipulations for vendor registration in the System for Award Management (SAM). Emphasis is placed on compliance with federal acquisition regulations and contract clauses, ensuring alignment with federal and state procurement standards. Overall, the document serves to facilitate the procurement process while maintaining focus on small business engagement and regulatory adherence.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.
    Blount Avenue Channel Modification, Cleveland, Tennessee
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Nashville District, is seeking bids for the Blount Avenue Channel Modification project in Cleveland, Tennessee. This project aims to enhance flood risk management by modifying approximately 1,300 linear feet of channel along South Mouse Creek, involving tasks such as excavation, grading, hydroseeding, and riprap placement. The anticipated contract value is estimated between $500,000 and $1 million, with a performance period of approximately 365 days from the notice to proceed. Interested small businesses must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, with the solicitation expected to be released around July 11, 2025. For further inquiries, contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    THE DALLES OIL ACCOUNTABILITY MEASURES
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for a firm-fixed-price contract titled "The Dalles Oil Accountability Measures," aimed at enhancing oil monitoring systems at The Dalles Dam in Oregon. The project focuses on implementing automated systems to improve the accountability and monitoring of approximately 400,000 gallons of oil used in various equipment, thereby minimizing potential oil releases into the Columbia River and fulfilling environmental compliance requirements. The contract value is estimated between $1,000,000 and $5,000,000, with proposals due by December 15, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 3, 2025. Interested parties can contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil for further information.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    J. Percy Priest Lake Operations and Maintenance Requirement Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Requirements Contract focused on Operations and Maintenance Services for J. Percy Priest Lake, located 14 miles east of Nashville, Tennessee. This contract aims to ensure the effective management and upkeep of the lake and its surrounding facilities, which are vital for recreational and environmental purposes in Davidson, Rutherford, and Wilson counties. The solicitation is exclusively set aside for small businesses, emphasizing the importance of local engagement in federal contracting opportunities. Interested parties can reach out to Robert Ellis at robert.s.ellis@usace.army.mil or call 615-736-5632 for further details regarding the proposal submission process.
    Tate County, Mississippi, Mississippi Delta Headwaters Project, Bank Stabilization 17-01
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is seeking qualified contractors for the Mississippi Delta Headwaters Project, specifically for the construction of four grade control structures in Tate County, Mississippi. This procurement, which is expected to exceed $2 million, is justified as a consolidation effort to achieve cost savings, reduce acquisition time, and enhance mission success, with a contract value estimated between $1 million and $5 million and a completion timeline of 105 calendar days. The project is categorized under NAICS code 237990 and will be set aside for Women-Owned Small Businesses, ensuring participation from small enterprises while streamlining project administration. Interested parties can contact Freteshia L. Johnson at Freteshia.L.Johnson@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further details.
    Stone and Soil MBPA on Fort Drum
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to establish a Blanket Purchase Agreement (BPA) for stone and soil materials under NAICS code 212312: Crushed and Broken Limestone Mining and Quarrying. The BPA will require suppliers to provide various products, including light and medium stone fill, subbase materials, washed stone, dry rip wrap, railroad ballast, screened topsoil, and pea stone, which are essential for maintaining roads, culverts, parking lots, and grass areas within the Fort Drum cantonment. Interested parties must be registered with the System for Award Management (SAM) and submit their Unique Entity Identifier (UEID) and CAGE Code to the primary contact, Kayla Rogers, at kayla.m.rogers14.civ@army.mil, with a courtesy copy to additional contacts provided in the notice. The BPA will be evaluated annually and may remain in place for up to five years, with considerations for price, socio-economic status, past performance, and technical capabilities.
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.