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
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction project titled "Chickamauga Lock Replacement Approach Wall and Decommissioning" located in Chattanooga, Tennessee. This project, estimated to cost between $250 million and $500 million, involves the replacement of approach walls and the decommissioning of the existing lock, requiring a firm fixed-price contract with performance and payment bonds. The procurement is crucial for enhancing regional infrastructure and operational safety, with proposals due by April 7, 2025, and a pre-proposal meeting scheduled for February 20, 2025. Interested contractors can contact Andrew Roth at andrew.r.roth@usace.army.mil or Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil for further details.

    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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, through 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. This project aims to enhance the safety and structural integrity of the dam, addressing critical geological concerns identified in previous assessments, including karst features and internal erosion risks. The modifications are essential for maintaining effective water management and flood control, reflecting the government's commitment to infrastructure resilience. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211 for further details, with proposals due by April 18, 2025, and an estimated contract value between $250 million and $500 million.
    Troy Lock (AFO) Mooring Pier
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair and upgrade of the Troy Lock (AFO) Mooring Pier located in Albany, New York. The project involves significant structural repairs, including the replacement of deteriorating timber fenders, reinforcing structural components, and addressing various deficiencies identified during inspections. This initiative is crucial for maintaining the safety and functionality of a key infrastructure asset on the Hudson River, ensuring it meets federal standards for hydraulic structures. Interested small businesses must submit their bids by March 11, 2025, with a project magnitude estimated between $1 million and $5 million. For further inquiries, bidders can contact Denisse M. Soto at denisse.m.soto@usace.army.mil or Mohenda R. Surage at mohenda.r.surage@usace.army.mil.
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Cannelton Fixed Weir Repair project located at the Cannelton Locks & Dam in Indiana. The project aims to address critical repair needs of the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring access to the hydroelectric power plant throughout the construction process. This initiative underscores the federal commitment to maintaining essential hydroelectric facilities and adhering to environmental and safety standards. Interested contractors must submit price proposals ranging from $250,000 to $500,000 by March 12, 2025, and are required to register in the SAM database. For further inquiries, contact Joel Huberman at joel.huberman@usace.army.mil or call 502-315-7409.
    LOCK AND DAM 25 DOWNSTREAM APPROACH GUIDE CELL U.S. ARMY CORPS OF ENGINEERS, ST. LOUIS DISTRICT
    Buyer not available
    The U.S. Army Corps of Engineers, St. Louis District, is seeking contractors for the construction of the Lock and Dam 25 downstream approach guide cell. This federal contract falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and involves the construction of radar and navigational facilities. The project is critical for enhancing navigational safety and efficiency in the region, ensuring the effective operation of the lock and dam system. Interested contractors can reach out to Whitney Dee at whitney.r.dee@usace.army.mil or by phone at 314-331-8621, or contact Catherine Hansen at catherine.a.hansen@usace.army.mil or 314-331-8520 for further details.
    Blount Channel Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the Blount Channel Modification project, which is categorized as a Total Small Business Set-Aside opportunity. This procurement involves the repair or alteration of dams, falling under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction. The project is significant for maintaining infrastructure integrity and ensuring safety in the Cleveland, Tennessee area. Interested parties can reach out to Branden Roberts at branden.a.roberts@usace.army.mil or call 615-736-7816 for further details, while Ray Kendrick is also available at Ray.Kendrick@usace.army.mil or 615-736-7932.
    Blount Channel Modification
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the Blount Channel Modification project, which is categorized under a Total Small Business Set-Aside. This procurement aims to engage contractors for the repair or alteration of dams, aligning with the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The project is significant for enhancing infrastructure resilience and ensuring the safety and functionality of water management systems in Cleveland, Tennessee. Interested parties can reach out to Branden Roberts at branden.a.roberts@usace.army.mil or call 615-736-7816 for further details, while Ray Kendrick is also available at Ray.Kendrick@usace.army.mil or 615-736-7932.
    OLD HICKORY - SEWER SYSTEM REPLACEMENT AND BACKFLOW PREVENTER ASSEMBLY REPLACEMENT
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Old Hickory Sewer System Replacement and Backflow Preventer Assembly Replacement project, with an estimated contract value between $1,000,000 and $5,000,000. This project involves significant construction work, including the replacement of sewer lines, installation of new lift stations, and upgrades to backflow preventer assemblies, all aimed at modernizing essential infrastructure. The procurement is set aside for small businesses under NAICS code 237110, emphasizing the importance of compliance with federal regulations and the need for timely electronic submissions through the Procurement Integrated Enterprise Environment (PIEE). Interested bidders should note the revised deadlines for inquiries and bids, with the bid receipt date now set for March 10, 2025, at 12:00 PM Central Time, and can contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Samantha Bautch at samantha.d.bautch@usace.army.mil for further information.
    PI2045M Parris Island 3rd Battalion Pond Causeway Repair
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves roadway rehabilitation, the construction of new channels to replace existing culverts, and adherence to environmental regulations, with an estimated construction cost between $10 million and $25 million. The initiative is crucial for maintaining infrastructure integrity and operational readiness while ensuring compliance with environmental safety standards. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    4 Corners Hydraulic System Replacement for Hannibal Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is seeking contractors for the replacement of the 4 Corners Hydraulic System at the Hannibal Locks and Dam. This procurement aims to address the critical need for the repair or alteration of dam infrastructure, ensuring the continued functionality and safety of the facility. The project falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, highlighting its significance in maintaining essential waterway operations. Interested parties can reach out to Aaron Barr at aaron.m.barr@usace.army.mil or by phone at 412-395-7157, or Connie Ferguson at connie.l.ferguson@usace.army.mil or 412-395-7551 for further details.
    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.