Big Bend Lower Brule Bank Stabilization
ID: W9128F25B0005Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF UNIMPROVED REAL PROPERTY (LAND) (Z2PC)

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, is soliciting bids for the Big Bend Lower Brule Bank Stabilization project located in Lower Brule, South Dakota. This project aims to stabilize a 0.5-mile stretch of the bank along Lake Sharpe, incorporating measures such as riprap shoreline protection and breakwater construction, with an estimated construction cost between $5 million and $10 million. The procurement is set aside for small businesses, emphasizing compliance with federal regulations, including the Buy American Act, and requires electronic submission of bids by December 17, 2024. Interested contractors can reach out to Aaron Dugick at aaron.t.dugick@usace.army.mil or Nadine Catania at nadine.l.catania@usace.army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an amendment to the solicitation for the Lower Brule Bank Stabilization Project by the U.S. Army Corps of Engineers. Issued on December 2, 2024, the amendment modifies specifications and drawings and extends the bid submission deadline to 2:00 PM on December 12, 2024. It outlines changes in the project specifications, including the substitution of specific pages and the method of submitting electronic bids. The project involves stabilizing a 0.5 mile stretch of the bank along Lake Sharpe, incorporating measures such as riprap shoreline protection, breakwater construction, and earthwork for planting benches. The estimated construction cost is between $5 million and $10 million. Details regarding bid submissions, including an overview of required documents and bonds, are provided. The government emphasizes electronic submission of bids and will not accept hard copies, with the process supported by clear instructions for bidders. The document also stresses compliance with the Buy American statute and outlines post-bid processes and insurance requirements. Overall, this amendment seeks to clarify the bidding process and ensure that all prospective bidders have the necessary information to participate in the project.
    The Lower Brule N. Ecosystem Restoration Project (Element 1) focuses on surfacing improvements at Big Bend Dam. It outlines specifications for constructing a durable aggregate surface course using crushed recycled concrete. Key components include quality assurance procedures, environmental requirements, and detailed execution steps. The document emphasizes rigorous testing standards, such as moisture-density tests and field density assessments, to ensure material compliance. Key specifications include provisions for subgrade preparation, placement methods, and compaction processes to maintain structural integrity. Aggregate materials must meet specific gradation requirements and be sourced solely from designated operations to maintain quality. Additionally, the project mandates thorough maintenance protocols and proper disposal of unsatisfactory materials. Overall, this document serves as a comprehensive guide for contractors to adhere to within federal guidelines for enhancing infrastructure efficiency and sustainability in the Lower Brule area, depicting the government's commitment to environmental standards and future resilience.
    The Lower Brule N. Ecosystem Restoration Project, Element 1, focuses on the earthwork required for the Big Bend Dam using established specifications for excavation, backfilling, and earth embankment construction. Key sections detail material classifications, definitions, and submittals vital for project compliance, emphasizing the need for satisfactory materials and proper compaction techniques. The document outlines requirements for offsite soils, including strict testing for organic pollutants, and stresses the necessity of notifying the Contracting Officer prior to any ground disturbance activities. Procedures for dewatering, placing topsoil, and riprap construction are detailed, alongside guidelines for maintaining drainage and avoiding contamination. Compaction standards for utility trenches and embankments are specified to ensure structural integrity. This comprehensive methodology aligns with regulatory compliance, promoting environmental protection while supporting infrastructure development. The project aims to restore and improve local ecosystems effectively and sustainably.
    The Lower Brule Shoreline Protection Project entails a geotechnical investigation of the Grassrope Sand/Gravel Quarry, located on USACE land. The primary objective is to identify and map cohesive versus non-cohesive materials within the quarry, utilizing nine test pits excavated to depths of 15 feet. USGS mapping indicates the area comprises alluvial/fluvial terraces from glacial outwash linked to the Missouri River, characterized by sediment sizes ranging from clay to gravel. The study identified two primary terraces: the lower terrace featuring non-cohesive deposits up to 15 feet thick, and the upper terrace containing both cohesive and non-cohesive surficial materials. Excavation notes noted challenges such as compaction by heavy equipment and sidewall collapses in test pits. The examination produced two to three lithologic facies: well-graded sand with gravel interpreted as Bar Head, poorly graded sand with gravel as Bar Tail, and silt or silty clay as Overbank material. Maps and cross-sectional images are included to assist in material selection for shoreline protection projects. Overall, this geotechnical investigation is vital for future excavation strategies and ensuring effective shoreline protection initiatives are implemented.
    The Lower Brule North Ecosystem Restoration Project focuses on compliance with NPDES permit requirements for storm water discharges during construction at the Big Bend Dam in South Dakota. It outlines the responsibilities of the contractor, identified as the "permittee," to adhere to Permit No. SDR100000, which includes submitting a Notice of Intent (NOI) and an Authorization Letter before construction begins. The contractor is also required to develop a Storm Water Pollution Prevention Plan (SWPPP) and retain records of inspections, reports, and data required under the permit. The document specifies that the contractor is liable for any violations under the permit and must pay associated fees based on the project's size. Additionally, provisions for reporting spills, maintaining public visibility of permit documentation, and completing a Notice of Termination (NOT) post-project are detailed. This framework emphasizes environmental protection and regulatory compliance, reflecting the government’s commitment to managing storm water impacts during construction activities.
    The Lower Brule N. Ecosystem Restoration Project focuses on ensuring environmental protection during the construction of Element 1 Big Bend Dam. The document outlines general requirements and a comprehensive Environmental Protection Plan that mandates compliance with federal, state, and local laws to minimize pollution and habitat disruption. Key sections include definitions of environmental terms, contractor obligations, and management of hazardous waste. The project stipulates the need for permits such as the NPDES permit for construction activities that disturb land. Specific strategies for managing erosion and sediment control, protecting endangered species like the Northern Long-Eared Bat and Pallid Sturgeon, and adhering to air quality standards are highlighted. The document also emphasizes training for contractor personnel in environmental management practices. Overall, the purpose is to ensure sustainable construction practices that protect land, water, and biological resources, reflecting federal priorities for environmental stewardship in government-funded projects.
    The Lower Brule N. Ecosystem Restoration Project focuses on implementing comprehensive temporary stormwater pollution control measures at the Big Bend Dam. It outlines the required erosion and sediment control practices, including stabilization techniques such as permanent and temporary seeding, mulching, and the use of erosion control blankets, as well as structural practices like silt fences and sediment traps. The document specifies necessary materials and installation procedures to minimize construction-related pollution. Contractors must ensure compliance with environmental protection regulations and the National Pollution Discharge Elimination System (NPDES) permit requirements. Routine inspections and maintenance of erosion and sediment control measures are mandated to ensure effectiveness and safety throughout the construction process. This document serves as a guideline for contractors to implement best management practices while acting within the frameworks of federal and local regulations regarding ecosystem restoration efforts.
    The Lower Brule Shoreline Protection Project focuses on a geotechnical investigation of the Grassrope Sand/Gravel Quarry, located on US Army Corps of Engineers (USACE) land. The investigation aims to map cohesive versus non-cohesive materials in the quarry, which features alluvial/fluvial terraces associated with Missouri River glacial outwash. Nine test pits were excavated to analyze lithologic variations, revealing materials ranging from clay to gravel, with the potential for both cohesive and non-cohesive layers. The findings include collapsing test pits, compacted surfaces, and distinct sedimentary facies indicating how materials are arranged and their origins as part of the geological history. Two primary terraces were identified: the lower terrace is composed of non-cohesive deposits, whereas the upper terrace exhibits both cohesive and non-cohesive materials. This geological mapping and interpretation facilitate appropriate material selection for upcoming shoreline protection initiatives, demonstrating the project's utility in supporting future engineering efforts while preserving environmental integrity.
    The Lower Brule National Ecosystem Restoration Project at the Big Bend Dam focuses on the procedures for clearing and grubbing as part of its restoration efforts. This section outlines the protection of existing trees and vegetation, defining the scope of clearing activities, including tree felling, trimming, and subsequent disposal. It emphasizes the need for careful removal of stumps and roots, particularly within construction staging areas, ensuring that all objectionable materials are thoroughly dealt with. Disposal of materials highlights the responsibilities of the contractor, detailing how salable timber must be removed off-site, while nonsaleable materials require specific disposal permissions. Additional regulations for on-site burning and debris management are specified, mandating compliance with federal and state laws. This document serves as a guideline for contractors involved in environmental restoration projects, ensuring that necessary ecological protections are prioritized while fulfilling project requirements. The structured approach reflects adherence to governmental expectations in executing federally backed restoration initiatives.
    This document is an amendment to Solicitation No. W9128F25B0005, issued by the U.S. Army Corps of Engineers, Omaha District, regarding the Lower Brule Bank Stabilization Project at Big Bend Dam, Ft. Thompson, SD. The amendment extends the bid due date to December 17, 2024, modifies several project specifications, and updates the bid schedule. Specific specifications have been revised and reissued with noted changes clearly identified. Contractors are informed that electronic bid submissions will be accepted until the extended date and must acknowledge receipt of this amendment. The document emphasizes the importance of presenting bid prices for all scheduled items, with a mechanism for addressing variations in pricing and quantities. Overall, this amendment serves to clarify the bidding process, provide updated project specifications, and ensure compliance with requirements established in previous solicitations. It reflects the federal government's process for managing contract solicitations, allowing for adjustments necessary to facilitate a transparent bidding procedure.
    The Lower Brule N. Ecosystem Restoration Project focuses on seeding and enhancing vegetation around the Big Bend Dam. The document outlines specifications for the seeding process, emphasizing site preparation, soil conditioning, seed mixtures, and planting methods. It details the types of seeds required, their classifications, and the proper procedures for delivery, storage, and handling of the seeds and soil conditioners. Key points include restrictions on planting conditions, such as temperature and moisture, and the necessity of applying seed mixtures within 24 hours of soil preparation. Additionally, guidelines for applying mulch and erosion control materials are provided to ensure soil retention and promote healthy growth. The document emphasizes the importance of using state-certified seeds and conducting thorough soil composition and testing. It also covers the execution of the project from the preparation of the site to the watering and protection of newly seeded areas. This comprehensive approach aims to restore the ecosystem efficiently while adhering to federal guidelines, highlighting the project's broader environmental conservation goals.
    The Lower Brule North Ecosystem Restoration Project focuses on various preconstruction submittals essential for the successful execution of construction activities related to the Big Bend Dam. The document outlines specific requirements for contractor submissions, including proposed methods of operation, traffic control plans, accident prevention strategies, and environmental protection plans. Each submission must comply with state and federal regulations and ensure the contractor's qualifications and scheduled updates are in place. The document details a systematic register for tracking submittals, with various codes indicating approval statuses, action dates, and remarks necessary for compliance oversight. Aspects like contractor quality controls, sampling tests, and the integration of stormwater pollution prevention are also highlighted. This project ensures stringent adherence to environmental standards and safety protocols, showcasing the federal commitment to comprehensive ecosystem restoration processes. The focus on certified documentation and the structured approval process illustrates an organized approach to managing government-funded construction projects while mitigating risks and maintaining transparency.
    The document is an amendment to Solicitation No. W9128F25B0005 issued by the U.S. Army Corps of Engineers, Omaha District, regarding the Lower Brule Bank Stabilization Project at Big Bend Dam, Ft. Thompson, South Dakota. It updates the Submittal Register and Specification 32 92 19, incorporating necessary specification revisions indicated by “*Am-3” for clarity. Key points include the extension of the bidding deadline to 2:00 p.m. local time on December 17, 2024, and the requirement for prospective bidders to acknowledge receipt of the amendment to avoid rejection of their offers. The document notes that other terms and conditions remain unchanged, ensuring that all specifications and drawings are properly revised as per the latest updates. It also specifies the method for submitting electronic bids and emphasizes the importance of compliance with the document's stipulations for those involved in the bidding process. Overall, this amendment serves to inform and guide stakeholders in the bidding process, ensuring adherence to updated specifications while maintaining the integrity of the solicitation.
    The document is an abstract of offers for a government construction project, specifically for the placement of L-Head Breakwater Structures. It outlines the solicitation number W9128F25B0005 issued by the U.S. Army Corps of Engineers. The bid includes detailed descriptions of various construction work items, their estimated quantities, and multiple pricing proposals from different contractors. Key items include the placement of geotextile and clay layers, mobilization of equipment, stone riprap, and excavation works, along with competitive pricing for each task. The estimated total for the contract amounts to approximately $8.65 million, with bids significantly varying among contractors. The document also lists several contractors’ details, bid securities, and amendments acknowledged, indicating the competitive nature of procurement and the importance of compliance with bid requirements. Overall, this document reflects the standard process for federal procurement in construction, highlighting transparency and competitive bidding as essential components in government contracts.
    This document outlines the details of a pre-bid meeting for the Lower Brule Bank Stabilization Element 1 project, with a focus on safety, quality, and performance. It provides essential information for potential bidders, including the names and roles of contracting officers, submission guidelines, bonding requirements, and insurance specifications. The project requires contractors to begin work within ten days of receiving a Notice to Proceed and to complete the project within 420 days, with specific liquidated damages for delays. Compliance with various regulations is essential, such as the Davis-Bacon Act for wage rates and the Buy American statute for materials. Contractors must also ensure adherence to security and training requirements, including antiterrorism and OPSEC training, as well as environmental controls. Overall, the document serves as a comprehensive guide to the bidding process and project requirements, aiming to ensure successful execution and regulatory compliance for interested contractors.
    This document outlines the agenda for a pre-bid meeting regarding the Lower Brule Bank Stabilization Element 1 project. Key goals of the project include safety, quality, and performance. It provides details regarding project funding and oversight, highlighting the roles of the contracting officer and representatives. The solicitation follows a Single Step Sealed Bidding procurement process, and bids will be evaluated without discussions based on price and specified factors. Important requirements include submission of bonding, insurance, and adherence to plans for various components of construction. The period of performance is set at 420 days, with specifics on working hours and liquidated damages for delays. Additionally, the document outlines security, bonding, and compliance with Davis Bacon rules and the Buy American statute. Contractors are urged to review the bid schedule, which consists of several bid items for completion. Overall, it encapsulates essential information for prospective bidders, ensuring compliance with governmental contracting standards and requirements.
    The document consists of a sign-in sheet for the Big Bend Lower Brule Project, dated November 15, 2024, and lists participants from various companies attending a related meeting or event. Key attendees include representatives from Aleut Federal, Three Oaks, Inc., A-G-E Corporation, McMillen, Quicksand, Inc., Sharpe Enterprises, Tepa Companies, Binder Irrigation Inc., Perrett Construction Ltd., Park Construction, and Morris Inc. Each entry includes the attendee's name, company affiliation, email address, and their initials for verification. This sign-in sheet serves the purpose of tracking attendance for discussions potentially related to federal or state RFPs or grants associated with the Big Bend Lower Brule Project. It reflects the collaborative nature of such projects, where multiple organizations may be involved in responding to governmental opportunities. The compiled list establishes a point of contact for future correspondence and underscores the importance of stakeholder engagement in program planning and execution.
    The document pertains to the "Lower Brule North Ecosystem Restoration," specifically focusing on the Missouri River project by the U.S. Army Corps of Engineers. The primary aim is to restore and enhance the ecosystem within the Lower Brule region in South Dakota, as outlined by contract number W9128F25B0005 and solicitation number W9128F25C0XXX. Key points include: 1. **Construction Guidelines**: Contractors are required to obtain approval for staging areas, repair existing roads post-construction, and ensure all disturbed areas are top-soiled and seeded. 2. **Detailed Plans**: The document features various construction plans, including vicinity maps, landscaping plans, and detailed cross-sectional profiles of roads and ditches. 3. **Environmental Focus**: The project emphasizes ecological restoration and risk mitigation, reflecting a commitment to environmental stewardship. The comprehensive layout includes numerous detailed construction sheets, indicating meticulous planning for environmental impacts and infrastructure restoration. This initiative aligns with federal priorities for ecosystem recovery and sustainable development, underpinning the government's commitment to preserving natural habitats while addressing infrastructural needs.
    The document serves as an Invitation for Bid (IFB) for the Lower Brule Bank Stabilization Project near the Big Bend Dam in Ft. Thompson, SD, organized by the U.S. Army Corps of Engineers. This procurement utilizes a single-step sealed bidding process and is designated 100% for small businesses under the NAICS code 237990, with estimated construction costs between $5 million and $10 million. Bidders must submit sealed offers by December 5, 2024, with requirements for performance and payment bonds. The project entails constructing shoreline protection and breakwater structures, including earthwork, grading, and installation of culverts. Specific bidding instructions highlight the need for compliance with various forms and documentation, including pricing schedules and bid guarantees. The government will evaluate bids on a non-negotiable basis for price factors, with a focus on the contractor’s capability and compliance with federal regulations, including the Buy American Act. This solicitation emphasizes full transparency in the bidding process, notifying bidders of rights, restrictions, and responsibilities, including adhering to state tax regulations and insurance provisions. Overall, it underscores the commitment to supporting small businesses while ensuring compliance and quality in federal contracting processes.
    The Lower Brule North Ecosystem Restoration Project, solicited by the US Army Corps of Engineers, outlines comprehensive construction requirements for the restoration phase occurring in Lower Brule, SD. This document specifies various divisions including General Requirements, Earthwork, Exterior Improvements, Utilities, and Waterway and Marine Construction, detailing the responsibilities and procedures for contractors. Key areas include the protection of existing facilities, management of water during construction, and compliance with environmental safety regulations. Contractors must maintain roads, control traffic, and cooperate with local authorities throughout the project. Payment and measurement provisions are outlined for various construction activities, such as earthwork, placement of materials, and drainage structures. Specific guidance regarding contractor performance evaluations, veterans' employment emphasis, and insurance requirements is also included. This project aims to enhance the ecosystem while ensuring adherence to federal standards and facilitating community engagement.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MDC 3289 Revetment Barges FY25
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking proposals from qualified small businesses for the construction of revetment barges under the project titled "MDC 3289 Revetment Barges FY25." This procurement aims to acquire specialized barges designed for use in military and civil engineering applications, which are crucial for shoreline protection and flood control efforts. The work will be performed in Mississippi, and the contract is set aside for total small business participation, emphasizing the government's commitment to supporting small enterprises. Interested parties should reach out to Katie Sayers at Katie.L.Sayers@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details and to stay informed about the upcoming solicitation timeline.
    Saginaw CDF Incremental Dike Raising Phase II
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Saginaw CDF Incremental Dike Raising Phase II project. This procurement aims to enhance the dike infrastructure, which is crucial for the repair and alteration of dredging facilities, thereby ensuring effective flood control and environmental protection in the region. The project falls under the NAICS code 237990, indicating it pertains to 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 Noah Bruck at noah.r.bruck@usace.army.mil or by phone at 313-226-2657, or contact Michelle Barr at michelle.barr@usace.army.mil or 313-226-2767 for further details.
    Dashields Locks and Dam Upper Guide Wall Stabilization
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the stabilization of the upper guide wall at the Dashields Locks and Dam. This project aims to enhance the structural integrity and safety of the dam, which is crucial for maintaining navigational channels and flood control in the region. The contract is set aside for small businesses under the SBA guidelines, and it falls under the NAICS code 237990, focusing on heavy and civil engineering construction. Interested contractors can reach out to Aaron Barr at aaron.m.barr@usace.army.mil or call 412-395-7157 for further details, while Connie Ferguson is available at connie.l.ferguson@usace.army.mil or 412-395-7551 for additional inquiries.
    Cold Brook Cottonwood Noxious Weeds Total Vegetation Spray on Cold Brook Cottonwood Project Corps of Engineers lands
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Cold Brook Cottonwood Noxious Weeds Total Vegetation Spray project in Hot Springs, South Dakota. The selected contractor will be responsible for herbicide application to control noxious weeds, ensuring a minimum effectiveness of 95% while adhering to local, state, and federal regulations. This project is crucial for maintaining environmental integrity and public safety in designated areas, with the contract set for one base year starting April 30, 2025, and includes two optional years. Interested bidders should direct inquiries to Casey M. Barber at casey.m.barber@usace.army.mil or Nadine Catania at Nadine.L.Catania@usace.army.mil, and are reminded that this opportunity is a Total Small Business Set-Aside.
    Buckhorn Tailwater Streamline Erosion
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
    Island Creek Repair and Armoring
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the Island Creek Repair and Armoring project, specifically focusing on the repair of the seepage berm at the Island Creek Dam in Charlotte, North Carolina. This project, estimated to cost between $1,000,000 and $5,000,000, is a total small business set-aside, requiring contractors to adhere to various federal regulations and submit their bids by March 25, 2025. The work involves stabilizing the dam's structure while addressing environmental concerns and safety protocols, with a completion timeline of 540 days from the notice to proceed. Interested contractors can reach out to Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil for further details.
    James Island Restoration Phase I
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking expressions of interest from qualified contractors for the James Island Restoration – Phase 1 project located in Dorchester County, Maryland. This project involves significant construction activities, including the construction of dikes, dredging and stockpiling sand, installing a steel bulkhead, and building spillway structures, with estimated costs ranging from $250 million to $500 million and a project duration of approximately 1,095 days. The procurement emphasizes the engagement of small businesses, particularly those classified under various socioeconomic categories, and requires contractors to demonstrate relevant experience and capabilities. Interested firms must submit their qualifications by March 21, 2025, to Aisha Boykin at USACE, as this notice serves as a preliminary inquiry and is not a request for proposals or bids.
    Construct New Bulkhead, Hugo Lake, Oklahoma
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) - Tulsa District, is seeking information from qualified firms for a future Design-Bid-Build contract to construct a new bulkhead at Hugo Lake, Oklahoma. The project involves the fabrication, shipping, field assembly, testing, and construction of a crane pad for the deployment and retrieval of six hollow steel segments designed to block water flow during maintenance operations. This bulkhead is critical for ensuring the operational integrity of the tainter gates at the Denison Powerhouse, which plays a vital role in water management. Interested contractors must submit a 5-page Experience/Capabilities Statement by March 24, 2025, and should be registered in the System for Award Management (SAM). The estimated contract value is between $5 to $10 million, and inquiries can be directed to Clinton Yandell at clinton.j.yandell@usace.army.mil or by phone at 918-669-4920.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. This project aims to enhance the safety and structural integrity of the dam, addressing critical geotechnical concerns identified in previous assessments, including the management of karst geological features and ensuring compliance with federal safety standards. The estimated contract value ranges between $250 million and $500 million, with proposals due by April 18, 2025. Interested contractors can reach out to Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211 for further details.