Chickamauga Lock Replacement Approach Wall and Decommissioning
ID: W912P525RA001Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DAMS (Z2KA)
Timeline
  1. 1
    Posted Feb 4, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Jul 8, 2025, 4:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Chickamauga Lock Replacement Approach Wall and Decommissioning project located in Chattanooga, Tennessee. This procurement involves a firm fixed-price construction contract aimed at building new approach walls, decommissioning the existing lock, and conducting site restoration activities, with an estimated project cost ranging between $250 million and $500 million. The project is critical for enhancing regional infrastructure and operational capabilities, ensuring compliance with federal regulations, and promoting safety measures during construction. Interested contractors must submit their proposals electronically by July 8, 2025, and can direct inquiries to Contract Specialist Andrew Roth at andrew.r.roth@usace.army.mil or Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil.

Files
Title
Posted
The U.S. Army Corps of Engineers is notifying prospective offerors of Amendment 0002 to Solicitation W912P525RA001 concerning the Chickamauga Lock Approach Walls and Decommissioning project. Key changes include extending the proposal submission deadline from April 7, 2025, to July 8, 2025. The amendment also includes the distribution of the site visit sign-in sheet and establishes a new deadline for contractor questions, now due by May 16, 2025. Government responses to these inquiries will be posted on Projnet by June 6, 2025. Additionally, adjustments have been made to FAR Provision 52.252-3 regarding alterations in solicitations. Potential offerors are encouraged to submit any inquiries using the Bidder Inquiry feature on Projnet. This amendment aims to facilitate the solicitation process for contractors interested in participating in the project, ensuring clarity and adherence to updated timelines and requirements.
Jan 17, 2025, 4:05 PM UTC
The document details a bidding schedule for the Approach Wall and Lock Decommissioning project associated with the Chickamauga Lock Replacement initiative, ready to advertise (RTA). It outlines various bid items categorized into divisions, such as General Requirements, Existing Conditions, Concrete, Metals, Electrical, and Earthwork, each with specific descriptions, specifications, units, estimated quantities, and pricing. Significant activities include underwater construction tasks such as mobilization, core drilling, concrete placement, demolition, and installation of various materials (e.g., cement, reinforcing steel, metal structures). Additionally, it includes quality assurance measures, traffic protection, and environmental considerations like water diversion. The structure follows a clear format, making it easy for potential bidders to understand expectations and requirements. This schedule reflects the government's efforts at enhancing infrastructure while ensuring a thorough competitive bidding process, essential for securing compliant and cost-effective project execution. Overall, this document serves as a comprehensive guide for contractors in the federal grant and RFP context, indicating the government's commitment to systematic project management and infrastructure improvement.
Apr 2, 2025, 8:10 PM UTC
The document outlines the price schedule for the "Approach Wall and Lock Decommissioning" project associated with the Chickamauga Lock Replacement, which is ready to advertise (RTA). It details various bid items classified under divisions including General Requirements, Existing Conditions, Concrete, Metals, Electrical, Earthwork, and more. Each entry lists specific services or materials required, along with estimated quantities and unit prices for procurement. Significant tasks include mobilization, various drilling operations, concrete placements, installation of electrical systems, and environmental protections. The project emphasizes adherence to specifications, quality assurance, and safety, reflecting typical requirements in federal and local RFPs. The comprehensive nature of the price sheet indicates a structured approach to project execution, ensuring transparency in financial commitments and detailed planning across multiple construction facets. Overall, this documentation serves as a critical component for contractors participating in the bidding process, emphasizing the project's scope and financial outlines.
Apr 2, 2025, 8:10 PM UTC
The document outlines the price schedule for the Approach Wall and Lock Decommissioning project associated with the Chickamauga Lock Replacement. It categorizes bid items across multiple divisions, detailing the specifications and estimated quantities for work required, including mobilization, concrete work, earthwork, utility installation, and more. Each section distinguishes between the various tasks, such as drilling, testing, concrete pouring, and installation of critical infrastructure components. The schedule provides a comprehensive framework necessary for bidders to understand the project scope and pricing structure. This file is integral to federal RFPs, guiding contractors in their proposals, ensuring adherence to specifications, and promoting efficient project execution while maintaining regulatory compliance and budget considerations. The clarity of this document facilitates informed bidding processes and streamlined contract negotiations for all stakeholders involved.
The document outlines the details of a virtual pre-proposal meeting for the Chickamauga Lock Replacement, specifically focusing on the approach to its lock wall replacement and decommissioning. The meeting is scheduled for February 20, 2025, and includes a list of registered contractors and government personnel participating in the project. Notable contractors involved range from CJ Mahan Construction Company to Traylor Bros, Inc., among others, indicating a diverse array of construction and engineering expertise. The presence of various consultants hints at a multidisciplinary approach to the project. This pre-proposal session is integral to facilitating discussions between contractors and government representatives, aiming to streamline the bidding process for federal and state grants related to infrastructure improvements. The inclusion of multiple stakeholders emphasizes the project's scale and complexity, ensuring compliance with governmental regulations and requirements. Overall, the document serves as a foundational step in mobilizing resources for significant infrastructure updates, reflecting a commitment to enhancing public facilities.
Apr 2, 2025, 8:10 PM UTC
The document details the price schedule for the decommissioning of the approach wall and the replacement of the Chickamauga Lock, categorized into various divisions outlining specific bid items and their corresponding quantities, units, and estimated prices. The project encompasses general requirements, existing conditions, concrete works, metals, finishes, specialties, electrical systems, and exterior improvements, delineating tasks such as mobilization, traffic maintenance, core drilling, and concrete placement. Each division lists numerous tasks essential for the project's successful implementation, with attention to quality assurance, safety measures, and compliance with specifications. This structured approach facilitates the evaluation of bids and project management while ensuring that all contractual obligations are clearly defined. The document aims to provide contractors with a comprehensive breakdown of expected costs and project requirements, crucial for federal and state RFP processes, ensuring transparency and competitive bidding in public infrastructure projects.
This document outlines the General Decision Number TN20250145 concerning wage determinations for heavy construction projects, specifically in Hamilton and Sequatchie Counties, Tennessee, as of January 3, 2025. It specifies prevailing wage rates, particularly for contracts subject to the Davis-Bacon Act, requiring compliance with minimum wage standards established under Executive Orders 14026 and 13658. The summary includes applicable wage rates for electricians, operating engineers, laborers, and truck drivers, pointing to varying rates across different roles and counties. It also details regulations related to paid sick leave for federal contractors, reinforcing employee rights for sick leave accumulation. The document emphasizes the process for requesting reviews or appeals regarding wage determinations, highlighting avenues for revisiting decisions at various administrative levels. This wage determination serves as guidance for government contractors in complying with federal labor standards, ensuring fair compensation for workers involved in the construction industry within the specified regions.
Jan 17, 2025, 4:05 PM UTC
The Nashville District Corps of Engineers mandates that all non-U.S. citizens, including permanent residents, seeking to work on contracts must be pre-approved by the Headquarters U.S. Army Corps of Engineers (HQUSACE) Foreign Disclosure Officer, with requests submitted 30 days in advance. Contractors and subcontractors are prohibited from accessing work sites until they receive approval from the Nashville District Security Office. Required information for approval includes full name, date of birth, citizenship, passport and visa details, work type, project location, job title, and payment method. Additionally, those non-U.S. citizens who have resided in the U.S. for at least three years must obtain a favorable background investigation in compliance with Homeland Security Presidential Directive 12. Contact details for Nashville District Security Technicians are provided for further inquiries. This document reflects the rigorous security measures surrounding U.S. Army Corps of Engineers contracts, ensuring national security and compliance with federal regulations.
Apr 2, 2025, 8:10 PM UTC
The Nashville District Corps of Engineers requires all non-U.S. citizens, including permanent residents, working on contracts to obtain approval from the Headquarters U.S. Army Corps of Engineers (HQUSACE) Foreign Disclosure Officer prior to starting work. Applications must be submitted 30 days in advance, and no site access is granted without clearance from the Nashville District Security Office. The required information includes full name, date of birth, citizenship, passport and visa details, job title, work to be performed, contact information, and documentation confirming legal U.S. residency and employment status. Additionally, non-U.S. citizens residing in the U.S. for over three years must complete a background investigation as per Homeland Security guidelines. The document provides necessary contacts within the security office for assistance. Compliance with these protocols is crucial for maintaining national security standards as part of federal contract regulations.
The document serves as an instructional guide for submitting proposals for a construction contract to replace the Chickamauga Lock Approach Wall and decommission the existing lock in Chattanooga, Tennessee. With an estimated cost between $250 million and $500 million, one firm-fixed price contract with optional extensions will be awarded based on five evaluation factors: Past Performance, Technical Approach, Safety Management, Small Business Participation Plan, and Price. Offerors must submit detailed proposals outlining their capabilities in these areas, demonstrating experience with relevant projects and methodologies. The document emphasizes the importance of adherence to submission guidelines, including registration in the System for Award Management (SAM) and electronic submission via the Procurement Integrated Enterprise Environment (PIEE). A pre-proposal meeting is planned, with strict security protocols for accessing Controlled Unclassified Information (CUI) documents. The proposal evaluation will prioritize both non-cost aspects and price in determining the best value for the government. Overall, the RFP aims to ensure a competitive and transparent bidding process for critical infrastructure development.
The Chickamauga Lock Replacement Approach Wall and Decommissioning Project solicitation seeks to award a construction contract to build new approach walls and decommission the existing lock in Chattanooga, Tennessee. The project's estimated cost ranges between $250 million and $500 million. Award selection will prioritize past performance, technical approach, safety management, small business participation, and price, with a Project Labor Agreement necessary for eligibility. Proposals must be submitted electronically by the stated deadline and should include detailed descriptions of capabilities and past performances, particularly those involving complex construction within a marine environment. Offerors, particularly large businesses, must also submit a Small Business Participation Plan committing to engage small business subcontractors. A pre-proposal site visit is mandatory, with strict security protocols for accessing controlled documents. The government emphasizes the importance of safety management, risk mitigation strategies, and adherence to environmental regulations throughout the project. Overall, the solicitation underscores the government’s aim for high-quality and efficient project execution while promoting small business engagement within the contracting process.
Apr 2, 2025, 8:10 PM UTC
Apr 2, 2025, 8:10 PM UTC
The document outlines the security access protocols for employees of contractors and subcontractors seeking entry to U.S. Army Corps of Engineers facilities, specifically under the Nashville District. It requires detailed personal information from employees, including name, date of birth, social security number, and citizenship documentation, to verify U.S. citizenship and eligibility for site access. The request must be submitted by designated points of contact within the organization, and access approval is mandatory before site entry. The Privacy Act Statement clarifies the legal authority for information collection, its purpose for identification and background checks, and indicates that provided information will not be retained post-visit. For clarification or inquiries, contact information for security personnel is included. This protocol is crucial for ensuring security and compliance within federal projects, reflecting the importance of safeguarding sensitive government facilities during contractor operations.
Apr 2, 2025, 8:10 PM UTC
The document outlines a Request for Proposal (RFP) for a construction project titled "Chickamauga Lock Replacement Approach Wall and Decommissioning," specifically located in Chattanooga, Tennessee. It includes detailed instructions for bidders, specifying that the project falls within the $250 million to $500 million magnitude range, classified under the NAICS code 237990 for heavy and civil engineering construction. The solicitation requires a firm fixed-price contract, with performance and payment bonds stipulated. Key requirements include submitting sealed offers by April 7, 2025, and outlining any necessary performance guarantees. The RFP highlights that this is a full and open procurement with HUBZone price evaluations. Additionally, it emphasizes that proposals submitted via email or fax will not be accepted. The document further provides a price schedule across multiple construction divisions, detailing specific tasks and quantities required for the project. This RFP represents the government’s commitment to infrastructure improvement while ensuring compliance with federal acquisition regulations, addressing the need for systematic response from contractors to enhance regional operational capabilities and safety measures within the ongoing construction framework.
Apr 2, 2025, 8:10 PM UTC
The document serves as an amendment to a solicitation related to the Chickamauga Lock Approach Wall and Decommissioning project, issued by the U.S. Army Corps of Engineers. It outlines critical updates including a change to contract specifications, removal of certain clauses regarding Project Labor Agreements, and adjustments to the Price Schedule. Key elements include the amendment of the DFARS Clause on Contract Drawings and Specifications, the new date for a mandatory site visit, and the organization of attached documentation, which has been revised. Additional details highlight requirements for contractor insurance and provisions for extending timelines due to adverse weather conditions. The document also includes a Government Furnished Property (GFP) listing, specifying items and their values essential for the completion of the project. The total estimated value of GFP is recorded as $17,393,300. These changes aim to improve the clarity and structure of the solicitation, while ensuring compliance with existing regulations and enhancing the administration of the contract.
Apr 2, 2025, 8:10 PM UTC
The document outlines an amendment to a solicitation concerning the Chickamauga Lock Approach Wall and Decommissioning Project. The main purpose of this amendment is to extend the proposal submission deadline from April 7, 2025, to July 8, 2025, and to clarify details regarding site visits and submission protocols. A second site visit is scheduled for April 2, 2025, for which attendees must register using security access forms. Additionally, inquiries from bidders must be submitted by May 16, 2025, with responses provided by June 6, 2025. The amendment also updates FAR provisions and rectifies system errors affecting previous documents. Key modifications include changes to various Contract Line Item Numbers (CLINs) common to the project's scope. Finally, participants must bring personal protective equipment to site visits and adhere to regulations for attendance. Overall, the document serves as a crucial update to ensure compliance and facilitate communication among contractors involved in federal contracting processes, particularly in construction projects managed by the government.
Apr 2, 2025, 8:10 PM UTC
The document pertains to the amendment of a federal solicitation regarding the Chickamauga Lock Approach Walls and Decommissioning project. Amendment Number 0003 aims to update technical plans and specifications, revise the price schedule, provide answers to industry queries, and incorporate changes aligned with recent federal decrees regarding merit-based contracting. Important updates include modifications to government clauses and provisions, particularly in compliance with FAR and DFARS guidelines. Contractors are required to acknowledge the amendment receipt, and the amendment specifies detailed contract line items with corresponding pricing arrangements for supplies and services needed for the project. New documentation has been added while some have been deleted due to corrections from previous amendments, ensuring all contractual stipulations and requirements are clear. The amendment emphasizes the importance of compliance with representations and certifications, including small business standards and affirmative action requirements, reinforcing fairness in the bidding process. This document serves as an essential update for potential bidders, guiding them on necessary actions and current requirements to submit compliant proposals for the project.
Apr 2, 2025, 8:10 PM UTC
The document is an amendment (0001) for the Chickamauga Lock Approach Wall and Decommissioning project, detailing changes to the Request for Proposals (RFP). Key updates include the removal of the Project Labor Agreement requirement from the offeror instructions and related FAR clauses. The pricing breakout schedule has been revised to reflect accurate quantities for the instrumentation monitoring program and installation. Additionally, the site visit date has been postponed to March 4, 2025, with a virtual pre-proposal meeting scheduled for February 20, 2025. Changes have also been made to the DFARS regarding contract drawings, specifying which documents will be provided and eliminating others. The amendment includes updates regarding procedural revisions and ensures all stakeholders are informed of the adjustments, highlighting the importance of coordination and compliance in federal contracting processes. This amendment aims to facilitate clearer communication and adherence to project timelines while ensuring necessary compliance and technical specifications are met.
The document is Amendment 0003 for the Chickamauga Lock Approach Wall and Decommissioning project, detailing updates to technical specifications and contract drawings. Key changes include complete revisions of various sections, such as General Requirements, Price and Payment Procedures, and Concrete Materials, with critical revisions to numerous paragraphs focusing on demolition and installation procedures. Notable updates within the price breakout schedule adjust quantities related to specific contract line items, ensuring accuracy in bidding. The amendment also incorporates modifications to Federal Acquisition Regulation (FAR) clauses, including the removal of outdated clauses and insertion of updated versions to ensure appropriate compliance. Overall, these updates aim to refine project specifications, enhance bidding accuracy, and maintain regulatory alignment for the execution of construction and decommissioning tasks at the facility.
Apr 2, 2025, 8:10 PM UTC
This document provides logistical information for accessing the federal office located at 5518 Trailhead Dr., Chattanooga, TN, including detailed driving directions and parking guidance. To reach the office, drivers should take Hwy 58, exit onto TN 319 heading north toward Dupont Pkwy, and then utilize the Access Road exit, with parking available in designated green areas. Additionally, GPS coordinates for the Watts Bar Hydro Plant are provided, with instructions to turn left upon arrival for access. This guidance is likely intended to assist individuals involved in federal grants or RFP processes, ensuring that participants can effectively reach the designated location for meetings or site visits related to government projects or funding opportunities.
Similar Opportunities
ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals 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. The procurement aims to enhance the safety and structural integrity of the dam, addressing critical geological and hydrological concerns identified in previous assessments. This project is vital for maintaining effective water management and flood control in the region, ensuring compliance with federal safety standards. Interested contractors must submit their proposals electronically by April 18, 2025, with a total estimated contract value between $250 million and $500 million. For further inquiries, contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211.
Replace and Repair Lock Control System - Smithland Lock and Dam
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and repair of the lock control system at the Smithland Lock and Dam in Brookport, Illinois. This project involves the replacement of existing control stands, lock instrumentation equipment, and control cabling, as well as updates to the lock operations interlock system to ensure compliance with current standards. The initiative is crucial for enhancing the operational efficiency and safety of the dam's infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals electronically by April 21, 2025, and can contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further information.
Dashields Locks and Dam Upper Guide Wall Stabilization
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Dashields Locks and Dam Upper Guide Wall Stabilization project in Corapolis, PA. This project involves the construction of two stone buttresses on either side of the Upper Guide Wall along the Ohio River, aimed at enhancing the structural integrity of the guide wall and adjacent sheet pile wall. The contract, which is set aside for small businesses, has an estimated value between $5 million and $10 million and requires completion within 365 calendar days after the notice to proceed. Interested bidders must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to participate, with the Invitation for Bid expected to be issued on January 29, 2025. For further inquiries, contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil.
MS RIVER MI 616-326 STONE REPAIRS TO REVETMENTS AND DIKES, FY25 FC/MR&T, MS RIVER BASIN, CHANNEL IMPROVEMENT PROGRAM INDEFINITE DELIVERY/INDEFINITE QUANTITY, (IDIQ)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for stone repairs to revetments and dikes along the Mississippi River, specifically between mile markers 616 and 326, as part of the Fiscal Year 2025 Channel Improvement Program. The project involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a total capacity of $30 million, including a minimum guarantee of $8 million, and encompasses tasks such as grading, stone paving, and environmental protection under varying water conditions. This initiative is crucial for maintaining and enhancing flood protection and the reliability of river infrastructure, reflecting the government's commitment to safeguarding local communities. Interested bidders must submit their proposals by April 22, 2025, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
Locks and Dams 2 & 3 Traveling Mooring Bitt System
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers - St. Paul District, is seeking capability statements from firms interested in a proposed design-build contract for the Locks and Dams 2 & 3 Traveling Mooring Bitt System in Hastings, Minnesota. The project aims to design and construct a new tow haulage system to enhance the efficiency of upstream travel for 1200-foot-long tows through the 600-foot-long lock chambers, ensuring compatibility across both sites. This system is crucial for securing un-powered cuts of barges during navigation, and the work will include design, fabrication, and installation of the tow rail systems, with construction limited to the non-navigation season. Interested parties must submit their capability statements by email to Roberta Just at roberta.l.just@usace.army.mil by April 7, 2025, with a focus on relevant experience and qualifications as outlined in the notice.
Automated Mat Casting Facility at Richardson Landing
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Memphis District, is seeking contractors for the design and construction of an automated mat casting facility at Richardson Landing in Drummonds, Tennessee. The project aims to develop a facility capable of mass-producing articulated concrete mattress (ACM) squares to meet government specifications, with a production target of 150,000 squares per year. This procurement is significant for enhancing the Army's capabilities in construction and infrastructure, with an estimated contract value exceeding $10 million. Interested contractors should prepare for a solicitation anticipated to be issued in April 2025, with proposals due approximately 30 days thereafter; for further details, contact Candra Scott at Candra.M.Scott@usace.army.mil.
Design-Bid-Build Holt Lock Monolith R14 Restoration
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Mobile, is seeking contractors for the Design-Bid-Build Holt Lock Monolith R14 Restoration project in Tuscaloosa, Alabama. The project involves comprehensive repair work on monolith R14, including horizontal drilling, installation of post tension anchor bars, internal pressure grouting, and underwater concrete placement, among other tasks. This restoration is critical for maintaining the structural integrity of the Holt Lock, which plays a vital role in regional waterway management. The contract, valued between $10 million and $25 million, is expected to be solicited as a Request for Proposal (RFP) the week of April 21, with a performance period of 240 days. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents and updates.
Lower Monumental Bridge Crane Wheel and Drive System Upgrade
Buyer not available
The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking qualified contractors for the Lower Monumental Bridge Crane Wheel and Drive System Upgrade project located at the Lower Monumental Dam in Kahlotus, Washington. This opportunity involves a firm-fixed-price Design Bid Build construction contract, with an estimated value between $10 million and $25 million, aimed at upgrading the existing bridge crane's drive system and hoists, which have been in service since 1968. Interested firms are required to submit a Capabilities Statement demonstrating their experience with similar projects, along with details on their business size and bonding capacity, by April 18, 2025, as the solicitation is anticipated to be issued by June 2025, with an award expected in October 2025. For further inquiries, interested parties can contact LeAnne R. Walling at leanne.r.walling@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
WD Mayo Alignment Cell
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Design-Build project to construct a replacement guide wall extension cell at the W.D. Mayo Lock and Dam 14, part of the McClellan-Kerr Arkansas River Navigation System (MKARNS). This project aims to enhance the structural integrity and functionality of the lock and dam system, which is crucial for maintaining navigation and water management in the region. The opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction. Interested parties should contact Tyler Hastings at tyler.a.hastings@usace.army.mil or 918-669-4396, or Shawn Adkins at shawn.a.adkins@usace.army.mil or 918-669-7483 for further details.
Dewatering System Repairs at Walter F. George Lock and Dam, Fort Gaines, GA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the repair of dewatering systems at the Walter F. George Lock and Dam located in Fort Gaines, Georgia. The project involves a Firm-Fixed-Price contract to provide essential repair services for unwatering and dewatering elements, ensuring the lock can be safely unwatered for maintenance activities. This opportunity is crucial for maintaining the operational integrity of the lock and dam infrastructure, which plays a vital role in water management and navigation. Interested contractors must respond with their qualifications and capabilities by April 7, 2025, at 2:00 p.m. CDT, and submissions should be directed to Ms. Sophia Chin and Mr. Benjamin Neely via email.