Solicitation W912P525RA001 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 Chickamauga Lock Replacement Approach Wall and Decommissioning project located in Chattanooga, Tennessee. This procurement involves the construction of new approach walls, the decommissioning of the existing lock, and site restoration activities, with an estimated contract value ranging from $250 million to $500 million. The project is significant for enhancing regional infrastructure and operational capabilities, and it requires adherence to federal regulations, including the submission of a Project Labor Agreement as part of the proposal. Interested contractors must submit their proposals electronically by August 1, 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 document contains two sign-in sheets from a pre-proposal site visit for the Chickamauga Lock Approach Wall and Decommissioning, held on April 2, 2025. The sheets list attendees, their respective companies, and email or phone contact information. Various companies are represented including Terraom, Athena, and Forming America, among others, showcasing interest from multiple participants in the project.
    The document consists of multiple tables containing contact information for various individuals from different companies, primarily involved in sectors related to construction and engineering. Each entry includes the last name, first name, company, initial, and email or phone number, although some entries have missing or incorrect data. It appears to serve as a sign-in sheet for a pre-proposal site visit related to the Chickamauga Lock Approach Wall and Decommissioning scheduled for March 4, 2025.
    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.
    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, 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.
    The document presents a comprehensive price schedule for the Approach Wall and Lock Decommissioning project related to the Chickamauga Lock Replacement. It outlines various bid items categorized under divisions including General Requirements, Existing Conditions, Concrete, Metals, Specialties, Earthwork, Utilities, and Waterway and Marine Construction. Each item includes a specification number, estimated quantity, unit of measure, and space for unit prices and total amounts. Key components include mobilization, demolition works, concrete placements, environmental considerations, and utility installations. The structured layout allows for options in bid submissions, reflecting different project requirements and potential variations. This document serves as an essential tool within the context of government Requests for Proposals (RFPs) and federal grants, guiding contractors in understanding project scopes, pricing, and compliance requirements for successful bids.
    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.
    The document outlines a comprehensive price schedule related to the Chickamauga Lock Replacement project, focusing on the Approach Wall and Lock Decommissioning. It categorizes various project components into divisions such as General Requirements, Existing Conditions, Concrete, Metals, Finishes, Specialties, Electrical, and more. Each section details numerous price items for different construction activities, including mobilization, drilling, concrete placement, demolition, testing, and installation of various systems. The purpose of this document is to provide contractors with a detailed breakdown of estimated quantities, units, specifications, and the pricing structure essential for bidding on the project. The inclusion of multiple options indicates flexibility in project execution, allowing bidders to propose varied approaches and costs. This detailed pricing schedule serves as a crucial foundation for project proposals, ensuring compliance with federal regulations while addressing local infrastructure needs. Overall, the document emphasizes the project's focus on effective resource management and detailed preparation for safe and efficient construction activities.
    The document outlines the price schedule related to the Approach Wall and Lock Decommissioning as part of the Chickamauga Lock Replacement project. It includes detailed bid items organized by construction divisions, specifying requirements for various tasks such as general requirements, existing conditions, concrete work, metals, finishes, utilities, and waterway construction. Each bid item lists a description, quantity, and unit prices to ensure transparency in pricing. Key components include mobilization/demobilization, demolition of existing structures, the installation of concrete and reinforcing steel, electrical system upgrades, and extensive environmental protections such as lead and asbestos abatement. Additionally, the schedule indicates required materials like concrete types, excavation, and installation of utility lines. The document serves as a comprehensive guide for contractors responding to a federal RFP, embodying strategic planning tailored to enhance infrastructure through methodical scope understanding and detailed pricing structures. This meticulous organization ensures prospective bidders can evaluate costs accurately, contributing to a transparent contracting process essential for successful project delivery in the public sector.
    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 in Chattanooga, Tennessee, seeks to award one firm fixed-price construction contract. This project includes the construction of new approach walls, decommissioning the existing lock, and restoring the site. The estimated contract value ranges from $250 million to $500 million. Proposals will be evaluated based on five main factors: Past Performance, Technical Approach, Safety Management, Small Business Participation Plan, and Price, with Past Performance weighted most heavily. Offerors must submit proposals electronically, adhering to strict guidelines, including detailed descriptions of their past projects and plans to engage small businesses. The proposal must also include a Project Labor Agreement. The evaluation process consists of past performance assessments, technical ratings, and an independent price evaluation. A robust safety management plan and a clear organizational structure must be part of each proposal. Registration in the System for Award Management (SAM) is required, and all interested parties must complete security protocols to attend the pre-proposal site visit. The project exemplifies federal investment in infrastructure and reflects a commitment to small business engagement and rigorous evaluation methods in government contracting.
    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 U.S. Army Corps of Engineers seeks authorization for a brand name construction contract related to the Chickamauga Lock Replacement Approach Walls and Decommissioning in Chattanooga, Tennessee, citing 10 U.S.C. 2304(c)(1) as justification for other than full and open competition. The contract, expected to start in FY 2025, aims to replace and decommission existing lock infrastructure while incorporating brand name equipment to ensure compatibility, reduce maintenance complexity, and maintain safety during operations. A Notice of Intent posted in December 2024 received no industry responses, indicating limited competition for this specialized requirement.
    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 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.
    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.
    The document is an amendment to a solicitation regarding the Chickamauga Lock Approach Wall and Decommissioning project. The main purpose of the amendment is to update technical plans, specifications, and the price schedule, as well as to provide government responses to industry inquiries and attendance from a recent site visit. Key updates include changes to the list of drawings, modifications to construction line items (CLINs), and updates to contract clauses affecting drawings and specifications. Specifically, new and modified CLINs cover tasks such as diversion and care of water, with adjustments to quantities specified for existing items. Furthermore, the document includes important administrative changes, ensuring all existing terms and conditions remain effective unless expressly amended. The amendment highlights the meticulous process of managing government contracts while striving for transparency and compliance within federal procurement practices.
    This document serves as an amendment to a solicitation for a federal contract related to the Chickamauga Lock Approach Wall and Decommissioning project. The amendment specifies that the deadline for submitting questions through the ProjNet Bidder Inquiry system has been extended from May 16, 2025, to June 6, 2025. Additionally, it updates the Federal Acquisition Regulation (FAR) provision regarding alterations in the solicitation process. The document emphasizes the necessity for contractors to acknowledge this amendment to ensure their offers are considered, providing methods for acknowledgment, including via letter or electronic communication. Overall, the amendment maintains all other terms and conditions of the original solicitation unchanged while facilitating improved communication and engagement from potential bidders.
    The document outlines amendments to the federal solicitation for the Chickamauga Lock Approach Wall and Decommissioning project. It primarily addresses updates to technical specifications, project plans, and price schedules, which have been modified based on inquiries from industry stakeholders. The amendments include a new requirement for a Project Labor Agreement, which will now be assessed as a non-cost factor in proposals. Key deadlines for submitting proposals and industry questions have been extended, with the proposal due date pushed to August 1, 2025, and the question submission deadline to June 30, 2025. Additionally, the document includes updates to various federal acquisition regulations and clauses relevant to the project. Overall, these adjustments aim to ensure compliance with updated policies while facilitating contractor participation and project execution.
    The document pertains to the amendment of the Chickamauga Lock Approach Wall and Decommissioning solicitation, specifically addressing the updated requirements and deadlines for proposal submissions. Key changes outlined include the provision of revised technical plans and price schedules, inclusion of government responses to industry inquiries, and updates to pertinent clauses such as DFARS Clause 252.236-7001 related to contract drawings and specifications. Notably, the deadline for submissions remains unchanged at August 1, 2025, at 11:00 AM Central Time. This amendment also references multiple previous amendments that modified proposal timelines, attachment contents, specific clauses, and procedural guidelines. Furthermore, it specifies the process for acknowledging amendment receipt and making potential changes to prior offers. Overall, the document serves to clarify and update pertinent information for contractors interested in submitting proposals for the project, maintaining compliance with federal regulations throughout the solicitation process. This ensures a structured approach to managing federal contracting opportunities while addressing industry needs and queries.
    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.
    This document pertains to Amendment 0004 of the Chickamauga Lock Approach Wall and Decommissioning project, detailing various revisions to technical specifications and contract drawings. Significant changes include complete replacements of several sections related to water diversion, concrete materials, and installation of precast concrete beams, among others, each with specific paragraph revisions for accuracy. New appendices and updated contract drawings have been integrated, replacing obsolete material with revised sheets that enhance clarity in project specifications. Additionally, updates to the price breakout schedule reflect correct quantities and the addition of new line items for contract options. Adjustments to federal acquisition regulations (FAR) clauses ensure compliance with current legal standards. Overall, this amendment streamlines the project documentation, providing clearer guidelines for contractors and stakeholders involved in this federal construction initiative.
    The amendment to the Chickamauga Lock Approach Wall and Decommissioning project outlines significant revisions and updates to the solicitation, primarily extending the proposal deadline and addressing questions from industry stakeholders. The submission deadline is now set for 01 August 2025, with the Contract Award Date milestone updated to 15 January 2026. Key modifications include the addition of a Project Labor Agreement requirement, various revisions to technical specifications across multiple sections, and updates to contract drawings. Notably, sections covering payment procedures and site development have been revised to include new requirements for lead and asbestos abatement and temporary power provisions, emphasizing contractor compliance with updated safety measures. Various contract line items regarding painting and temporary installations have been adapted to align with the revised project scope. Additionally, changes in FAR clauses ensure compliance with federal regulations regarding labor agreements. This comprehensive amendment aims to enhance project clarity and execution while ensuring contractor adherence to updated standards in compliance with federal, state, and local building regulations.
    The document pertains to Amendment 0007 of the Chickamauga Lock Approach Wall and Decommissioning project. It outlines changes to technical specifications, contract drawings, and price breakout schedules, responding to industry inquiries through Projnet Bidder Inquiry. Key sections including Price and Payment Procedures, Quality Control, and various Concrete specifications have been thoroughly revised to update abatement procedures, demolition tasks, and quality testing requirements. Contract drawing sheets have been replaced and updated for accuracy, while the price breakout schedule reflects changes to quantities and descriptions for critical items, such as lab testing and painting specifications. Additionally, there are alterations to applicable FAR clauses, ensuring compliance with updated regulations. This amendment is a crucial update for contractors involved, providing comprehensive adjustments essential for project execution and adherence to contractual obligations.
    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
    Blount Avenue Channel Modification, Cleveland, Tennessee
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Nashville District, is seeking bids for the Blount Avenue Channel Modification project in Cleveland, Tennessee. This project aims to enhance flood risk management by modifying approximately 1,300 linear feet of channel along South Mouse Creek, involving tasks such as excavation, grading, hydroseeding, and riprap placement. The anticipated contract value is estimated between $500,000 and $1 million, with a performance period of approximately 365 days from the notice to proceed. Interested small businesses must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, with the solicitation expected to be released around July 11, 2025. For further inquiries, contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil.
    Stringout Construction (Rehabilitation) at Ensley Engineer Yard (EEY).
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Stringout Construction (Rehabilitation) project at the Ensley Engineer Yard (EEY) in Memphis, Tennessee. The project entails comprehensive construction work, including the removal of existing structures, installation of new steel floats and utilities, and the construction of a new connector bridge and electrical substation, divided into a base project and six options. This procurement is significant for maintaining operational capabilities at the EEY and will be conducted as an unrestricted procurement with a HUBZone Price Evaluation Preference, with a contract value estimated between $25,000,000 and $100,000,000. Interested parties can contact Jessica Lurry at Jessica.M.Lurry@usace.army.mil or Monica Pitchford at Monica.A.Pitchford@usace.army.mil for further details.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft Lock for Lock and Dam 25, located in Winfield, Missouri. This project is part of the Navigation and Ecosystem Sustainability Program (NESP) and aims to enhance navigation and ecological sustainability along the river system. The procurement process includes a series of amendments and opportunities for industry engagement, including an Industry Day and one-on-one interviews, with key deadlines for registration and responses set for June 2024. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil for further details and to access the necessary documents.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Ice Harbor Dam Navigation Lock Upstream Tainter Gate
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the fabrication, delivery, and storage of an Upstream Tainter Gate for the Ice Harbor Dam Navigation Lock located in Burbank, Washington. This procurement requires compliance with stringent technical specifications, including material standards, welding requirements, and quality control measures, as outlined in the updated solicitation documents. The Tainter Gate is a critical component for water control structures, ensuring the operational integrity of the navigation lock on the Snake River. Interested contractors must submit their bids by December 15, 2025, at 10:00 AM PST, and can direct inquiries to Mary Seiner at mary.l.seiner@usace.army.mil or by phone at 509-527-7228.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Northwestern Division Crane Multiple-Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting proposals for the Northwestern Division Crane Multiple-Award Task Order Contract (MATOC) aimed at crane replacement and rehabilitation projects. This Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total capacity not exceeding $499,320,000, will span a three-year base period with an option for an additional two years, utilizing a best-value trade-off source selection process. The scope of work includes various crane types and rehabilitation tasks, including hazardous material removal, emphasizing the importance of safety, quality control, and environmental protection standards. Interested contractors should submit their proposals electronically, adhering to strict formatting and submission requirements, and can contact Chandra D. Crow at chandra.d.crow@usace.army.mil or LeAnne R. Walling at leanne.r.walling@usace.army.mil for further information.