W91237-26-Q-A004 Clendening Dam Rip Rap Supply
ID: W9123726QA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST HUNTINGTONHUNTINGTON, WV, 25701-5000, USA

NAICS

Cut Stone and Stone Product Manufacturing (327991)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

Set Aside

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

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the supply and delivery of 2,200 tons of ODOT Type D Limestone Rip Rap to Clendening Dam in Tippecanoe, Ohio. This contract is set aside for Women-Owned Small Businesses (WOSB) and requires adherence to Ohio Department of Transportation specifications, with a delivery schedule spanning from December 31, 2025, to January 31, 2026, allowing for a maximum of 1,000 tons to be delivered per day. The limestone rip rap is crucial for erosion control and structural integrity at the dam site. Interested vendors should reach out to Carrie McClung at carrie.e.mcclung@usace.army.mil or call 304-399-5291 for further details, and must review the solicitation documents available through the PIEE system for complete instructions and requirements.

    Files
    Title
    Posted
    The document outlines a federal government Request for Proposal (RFP) for the supply and delivery of 2200 tons of ODOT Type D Limestone Rip Rap to Clendening Dam in Tippecanoe, Ohio. The contract, designated for Women-Owned Small Businesses (WOSB), specifies a delivery period from December 31, 2025, to January 31, 2026, with a maximum of 1000 tons delivered per day. Key requirements include adherence to Ohio Department of Transportation (ODOT) specifications for the rip rap and coordination with the Maintenance Leader for deliveries. The RFP incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering aspects like safeguarding contractor information, small business program rerepresentation, item unique identification, and compliance with socio-economic and ethical standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Guttenberg Ponds Rock Supply
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is preparing to solicit a contract for the supply and delivery of 2,000 tons of riprap materials to a designated stockpile location along the Upper Mississippi River in Wisconsin. This procurement aims to support ongoing construction and maintenance efforts in the area, highlighting the importance of reliable material supply for infrastructure projects. The solicitation is expected to be released in approximately two weeks and will be set aside for small businesses, with the contract being a Firm, Fixed-Price agreement. Interested contractors should contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information, and must ensure they are registered in the System for Award Management (SAM) prior to award.
    LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Buyer not available
    The U.S. Fish and Wildlife Service (FWS) is soliciting bids for the procurement of limestone and rip rap rocks for the Welaka National Fish Hatchery in Florida. The contract requires the delivery of approximately 260 tons of rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of lime rock road base, which will be used for the construction of a nature trail at the hatchery. This opportunity is set aside for small businesses, with a firm-fixed-price structure, and quotes must be submitted via email by December 15, 2025, at 1700 EST. Interested contractors can reach out to Chantal Bashizi at chantalbashizi@fws.gov or by phone at 703-358-1854 for further details.
    Rock (Gravel and Ditch Liner)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to supply road rock (gravel) and ditch liner for delivery to designated training areas at Fort Riley, Kansas. The procurement aims to fulfill specific material requirements as outlined in the solicitation documents, ensuring that the training areas are adequately equipped for operational readiness. The materials are critical for maintaining infrastructure and supporting military training activities. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Shawn Stratton at shawn.c.stratton.civ@army.mil or by phone at 785-307-6851.
    Lorain Harbor West Breakwater Repair Phase II
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for the repair and rehabilitation of the Lorain Harbor West Breakwater in Lorain, Ohio. This project aims to restore the structural integrity of the breakwater, which is vital for harbor protection and safe navigation, having suffered significant deterioration due to age and environmental factors. The contract will be a Firm-Fixed-Price (FFP) type, with an estimated value between $10 million and $25 million, and is set aside exclusively for small businesses. Interested parties should note that the solicitation is expected to be issued around December 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Andrew Hewitt at andrew.b.hewitt@usace.army.mil or call 716-339-3307.
    Presolicitation Notice for Tom Jenkins Dam, Stilling Basin Concrete Repair, Glouster, Ohio
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Huntington District, is seeking contractors for the Tom Jenkins Dam, Stilling Basin Concrete Repair project located in Glouster, Ohio. The procurement involves a firm-fixed price construction contract that requires the contractor to furnish all necessary materials, equipment, labor, and supervision to complete the concrete repair work in accordance with industry standards and contract specifications. This project is critical for maintaining the structural integrity of the dam and ensuring safety in the surrounding area. Interested small businesses must submit proposals electronically through the PIEE Solicitation Module by the deadline, with solicitation documents expected to be available on or about December 29, 2025. For further inquiries, potential bidders can contact Katrina Lazare at katrina.d.lazare@usace.army.mil or by phone at 304-399-5183.
    Stone and Soil MBPA on Fort Drum
    Buyer not available
    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.
    IN BIG OAKS NWR Indiana #53 Crushed Stone
    Buyer not available
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking proposals for the procurement of Indiana 53 Crushed Stone for the Big Oaks National Wildlife Refuge located in Madison, Indiana. The selected vendor will provide the stone, which the Refuge will pick up using their own dump trucks, with quotes required to be submitted as a firm fixed price per ton, valid through June 1, 2026. This procurement is essential for the Refuge's operational needs, ensuring the availability of necessary gravel for various projects. Proposals must be submitted by December 18, 2025, at 1700 EST, and will be evaluated based on best value criteria, including specifications compliance, travel distance, past experience, and price. Interested vendors can contact Jeremy Riva at jeremyriva@fws.gov or by phone at 240-381-7321 for further information.
    Pike Island Locks and Dam Bulkhead Slot Coring and Wiresawing
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Pittsburgh District, is soliciting bids for the Pike Island Locks and Dam Bulkhead Slot Coring and Wiresawing project located in Wheeling, West Virginia. The project involves the preparation of the site for future installation of downstream bulkhead recesses, which includes coring holes and wiresawing concrete in both the Main and Auxiliary Lock Chambers, with some work occurring underwater. This procurement is critical for maintaining the structural integrity of the locks and ensuring the continued functionality of the dam. Interested small businesses are encouraged to reach out to Aaron Barr at aaron.m.barr@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil for further details, as this opportunity is set aside for total small business participation under SBA guidelines.
    FY26 Cleveland Dredge
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for the FY26 Cleveland Dredge project, which involves dredging approximately 250,000 cubic yards of material from Cleveland Harbor in Ohio. This project is designated as a 100% Small Business Set-Aside and will be executed under a Firm-Fixed-Price (FFP) Invitation for Bid (IFB) contract, with a project magnitude exceeding $10,000,000, necessitating bonding. The official solicitation is anticipated to be released around January 20, 2026, and interested contractors must register on the Procurement Integrated Enterprise Environment (PIEE) website and maintain an active registration in the System for Award Management (SAM) database to be eligible for award. For further inquiries, potential bidders can contact Peter R. Gembala at peter.gembala@usace.army.mil or Walter Kamad at walter.kamad@usace.army.mil.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Buyer not available
    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.