NESP Mooring Facilities near Lock & Dam 7
ID: W912ES25BA009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of mooring facilities near Lock & Dam 7 in La Crescent, Minnesota. This project, designated as a Total Small Business Set-Aside, involves the construction of a mooring cell and a mooring dolphin to enhance navigation efficiency, with an estimated project value of approximately $7.26 million. The successful contractor will be required to adhere to strict specifications and timelines, including a bid submission deadline of October 21, 2025, and a Notice to Proceed by December 12, 2025. Interested parties should contact Justin H. Rose at justin.h.rose@usace.army.mil or call 651-290-5422 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers issued Solicitation W912ES25BA009 for NESP Mooring Facilities near L&D 7, with a bid opening on October 21, 2025. This project involves the construction of mooring facilities, including various components such as mooring cells, dolphins, and associated dredging and riprap work. The government estimate for the total project is $7,258,586.80. Dubuque Barge and Fleeting Service, dba Newt Marine Service, submitted a total bid of $20,605,000.00. The solicitation details quantities and estimated costs for items like performance and payment bonds, concrete work, structural metal fabrications, sheet piles, and steel piles. The abstract was certified by Contracting Officer Kevin P. Henricks.
    This government solicitation, W912ES25BA009, for the NESP MOORING CELL AND DOLPHIN LOCK 7 project, outlines the comprehensive requirements for contractor surveys. It details definitions, references to US Army Corps of Engineers publications, and specifies available government data. A significant portion covers submittal requirements, including preconstruction and closeout documentation such as quality control plans, preliminary surveys, and as-built surveys. The document emphasizes geospatial data collection, metadata standards, GNSS/GPS data submission, and field notes. It mandates the use of the National Spatial Reference System (NSRS) for all geospatial data and outlines quality control procedures. All surveying activities must be conducted under the direction of a licensed professional surveyor with specific experience requirements. The solicitation details the types of geospatial data collection equipment, execution protocols for various surveys (preliminary, layout, as-built, quantity, and design verification), and the contractor's responsibilities for preserving control points and bearing costs for survey errors. Alignment changes require Contracting Officer approval, and all field layouts are subject to government inspection and approval prior to construction commencement.
    This amendment to Solicitation Number W912ES25BA009, dated August 27, 2025, extends the closing date for offers from September 30, 2025, to October 8, 2025. The purpose of this amendment is to require a "Grand Total" price at the end of all line items and to replace Specification Section 01 71 23.05 13, specifically changing Bentley with Autodesk Civil as highlighted. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate communication, all prior to the extended closing date. Failure to acknowledge may result in rejection of the offer. Any changes to a submitted offer due to this amendment must also be received by the new closing date.
    Amendment 0002 to Solicitation No. W912ES25BA009 for the NESP Mooring Cell and Dolphin Lock 7 project outlines significant modifications to the final solicitation set. This amendment, dated September 2025, revises the Project Table of Contents, Section 05 50 14 (Miscellaneous (Structural) Metal Fabrications), and supersedes specific drawings, notably S-512. The updated Section 05 50 14 details requirements for miscellaneous metals, including sheet piling, structural steel, bolts, nuts, washers, and checkposts, with a specific amendment regarding checkpost materials. It also specifies quality control, submittal procedures (including shop drawings and test reports for government approval), and product standards, referencing various ASME and ASTM publications. The project requires high-strength materials and precise fabrication, with detailed instructions for components like recess frames and survey markers. The drawing S-512 provides detailed schematics for kevels and checkposts, including material specifications and general sheet notes on grout filling and welding. These changes are crucial for contractors to ensure compliance with the updated structural and material specifications for the project.
    Amendment 0002 to Solicitation W912ES25BA009, dated September 29, 2025, modifies a federal solicitation issued by W07V ENDIST ST PAUL KO CONTRACTING DIVISION, located in Saint Paul, MN. The purpose of this amendment is to replace Specification Section 05 50 14 and Plan Page S-512. This change allows for the use of alternative steel grades, specifically Grade 4130SR with a minimum yield strength of 90,000 PSI or Grade 1026 HS with a minimum yield strength of 60,200 PSI. This modification ensures that all other terms and conditions of the original document remain unchanged and in full force and effect. Potential offerors must acknowledge receipt of this amendment to ensure their offers are not rejected.
    This government file, an amendment to solicitation number W912ES25BA009, primarily updates the dredging wage rate IL20250019 and includes MN20250236. The amendment extends the offer receipt period, and offers must acknowledge receipt via specific methods, such as completing items 8 and 15, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge receipt by the specified deadline may result in the rejection of an offer. If an offeror wishes to change a previously submitted offer due to this amendment, such changes must be made via letter or electronic communication, referencing the solicitation and amendment numbers, and must be received before the opening hour and date. The document also outlines procedures for modifications of contracts/orders, specifying authorities for change orders, administrative changes, and supplemental agreements.
    This government file, Amendment/Modification Number W912ES25BA0090004, addresses an amendment to a solicitation for the US Army Corps of Engineers, specifically ENDIST ST PAUL. The primary purpose of this amendment is to extend the solicitation closing/bid opening date from October 8, 2025, to October 15, 2025. This change is explicitly stated in Item 14, "DESCRIPTION OF AMENDMENT/MODIFICATION," and is further detailed in the "SUMMARY OF CHANGES" section, which updates the "Response Due Date." The document outlines the methods by which offerors must acknowledge receipt of this amendment, including completing items 8 and 15, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge the amendment prior to the specified hour and date may result in the rejection of an offer. The amendment also clarifies procedures for changing an already submitted offer due to this modification. All other terms and conditions of the original solicitation remain unchanged and in full force and effect.
    This amendment (W912ES25BA0090005) extends the solicitation closing and bid opening date for RFP W912ES25BA009 from October 15, 2025, to October 21, 2025. Additionally, the Notice to Proceed date is extended to December 12, 2025. Offerors must acknowledge this amendment before the revised closing date by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may lead to rejection of the offer. Changes to previously submitted offers are permitted via letter or electronic communication, provided they reference the solicitation and amendment and are received before the opening date. This modification also updates Clause 52.211-10 regarding the commencement, prosecution, and completion of work, clarifying that the completion date is based on the successful offeror receiving the notice to proceed by December 12, 2025.
    This government file, Amendment of Solicitation/Modification of Contract Form 30, serves to cancel solicitation number W912ES25BA009. Issued by W07V ENDIST ST PAUL KO CONTRACTING DIVISION, the amendment is dated November 5, 2025, with an effective date of November 5, 2025. It specifies that all terms and conditions of the original document remain unchanged, except for the cancellation. The document outlines procedures for acknowledging amendments for solicitations and details how modifications apply to contracts/orders. It also includes sections for accounting data and signatures from both the contractor/offeror and the contracting officer.
    The solicitation W912ES25BA009 is a Request for Proposal (RFP) for the NESP Mooring Facilities project near Lock & Dam 7 in La Crescent, MN. The project, set aside 100% for small businesses with an estimated value between $5 million and $10 million, involves constructing a mooring cell and dolphin. Key requirements include registration in the System for Award Management (SAM) and providing a Commercial and Government Entity (CAGE) code. Bidders must submit offers in English and U.S. currency, with a mandatory bid guarantee of 20% of the bid price or $3 million, whichever is less. Offers are due by September 30, 2025, at 2:00 PM local time. The contract will be a firm fixed-price type, and bidders must price all items to be eligible for an “All or None” award. ProjNet is the designated system for bidder inquiries, which must be submitted at least 10 days before the bid opening.
    Solicitation No. W912ES25BA009 outlines the construction of a NESP Mooring Cell and Mooring Dolphin at Lock and Dam No. 7 on the Mississippi River, between La Cresent and Dresbach, Minnesota. The project covers general requirements, concrete, metals, finishes, electrical, earthwork, and waterway construction. Key aspects include strict work restrictions, such as no blasting, river stage limitations, and an eagle nest exclusion zone. Measurement and payment details are provided for job and unit price items, including dredging, concrete, sheet piles, steel piles, and riprap. The project schedule requires a Critical Path Method (CPM) network using Primavera P6, with detailed activity coding, cost loading, and specific mandatory activities and submittals for Government approval. Coordination with other ongoing contracts and local government work is also mandated.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY26 Duluth-Superior Maintenance Dredging (MD)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research through a Sources Sought notice for maintenance dredging services at the Duluth-Superior Harbor in Minnesota and Wisconsin. The project requires contractors to mobilize dredging equipment to perform mechanical dredging within designated areas of the harbor, with an estimated volume of dredged material ranging from 75,000 to 140,000 cubic yards, and depths of approximately 28 to 31 feet below Low Water Datum. This maintenance dredging is crucial for ensuring navigational safety and operational efficiency in the harbor, with the anticipated performance period set from June 15, 2026, to October 30, 2026. Interested parties must submit their responses, including a completed questionnaire detailing their capabilities and past project experience, to Contract Specialist Joseph Orlando and Contracting Officer Michelle Barr by 2:00 PM Eastern Time on January 5, 2026.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities in New Orleans, LA, USA. The work involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The project will take place in Mississippi River Southwest Pass and potentially in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated cost for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will be issued on or about 23 February 2024, and the bid opening date will be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract. This contract involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel, and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about 19 March 2024, and the bid opening date will be established in a future amendment. Interested vendors are encouraged to register on beta.SAM.gov and must be registered with the System for Award Management (SAM) to receive a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.