Sources Sought Smithland Lock and Dam Lock Control Update and Repair - Due Date Extended
ID: W912QR25QSLD1Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)
Timeline
  1. 1
    Posted Oct 7, 2024, 12:00 AM UTC
  2. 2
    Updated Nov 1, 2024, 12:00 AM UTC
  3. 3
    Due Nov 11, 2024, 9:00 PM UTC
Description

The Department of the Army, through the U.S. Army Corps of Engineers, is conducting a market survey to identify small businesses interested in a future contract for the Smithland Lock and Dam Lock Control Update and Repair project in Brookport, Illinois. The project involves a comprehensive upgrade of the lock control system, including the replacement of instrumentation, control cabling, interface panels, and modifications to meet modern interlock requirements, with an estimated duration of 540 calendar days and a cost range between $1 million and $5 million. This initiative aims to enhance the operational efficiency and safety of the lock system, promoting small business participation in federal contracts, particularly from HUBZone, 8A, Woman-Owned, and Service-Disabled Veteran Owned firms. Interested parties must respond by November 11, 2024, and provide necessary documentation, including verification of small business status and relevant project experience, to Ethan Phillips at ethan.s.phillips@usace.army.mil and Adyson Medley at adyson.medley@usace.army.mil.

Files
Title
Posted
The Smithland Lock and Dam is conducting a market survey to gauge interest among small businesses for an upcoming project focused on upgrading and repairing the lock control system. The scope of work includes replacing lock machinery position instrumentation, control cabling, interface panels, and modifying controls to meet modern requirements. The project will be executed under a Design/Bid/Build model and is estimated to last 540 calendar days, with a cost estimate based on FAR and DFARS guidelines. Interested small businesses, particularly those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, are invited to respond by November 11, 2024. Respondents must verify their business status, provide a Unique Entity Identifier, and outline their relevant experience on similar projects. The document emphasizes adherence to FAR regulations regarding subcontracting and encourages prompt registration in the System for Award Management (SAM) to prevent contract award delays. This analysis reflects the government's initiative to promote small business participation in federal projects while ensuring compliance and quality across various related undertakings.
The document is a SOURCES SOUGHT notice from the U.S. Army Corps of Engineers seeking interest from small businesses in the Louisville District for a future construction project titled "Smithland Lock and Dam Lock Control Update and Repair.” The project involves updating the lock control system, including the replacement of instrumentation, cabling, interface panels, and modifications for modern interlock requirements. The estimated cost is between $1 million and $5 million, with an advertisement date set for December 13, 2024, and an estimated award date of February 4, 2025. Interested small businesses must verify their small business status and provide documentation of their experience with similar projects. A requirement is that they must self-perform at least 15% of the project cost, excluding materials. The notice emphasizes that this is not a solicitation but a means to gauge interest and capabilities among small businesses. Interested firms are encouraged to register with the System for Award Management to facilitate potential contract awards in the future.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Melvin Price Lock and Dam Tainter Gates 4 and 5 Admiralty Repairs
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified businesses to perform repairs on the Tainter Gates 4 and 5 at the Melvin Price Lock and Dam located in Alton, Illinois. This Sources Sought Notice aims to identify potential contractors registered in the System for Award Management (SAM) who have the capability to undertake these admiralty repairs. The repairs are critical for maintaining the operational integrity of the lock and dam facilities, which play a vital role in managing water flow and navigation on the Mississippi River. Interested parties should contact Michelle Person at michelle.r.person@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further details, as the full requirements are outlined in the attached documentation.
Lock & Dam 7 Outdraft Modification
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the Lock & Dam 7 Outdraft Modification project located in La Crescent, Minnesota. This procurement involves modifying the existing weir and constructing a new rock weir structure at Lock & Dam 7, in accordance with the provided contract drawings and specifications. The project is significant for enhancing the infrastructure of non-building facilities, and it is set aside 100% for small businesses, with a firm fixed-price contract expected to range between $5 million and $10 million. Interested parties should contact Justin H. Rose at justin.h.rose@usace.army.mil or by phone at 651-290-5422 for further details.
ILLINOIS RIVER BASIN, ILLINOIS WATERWAY, PEORIA, ILLINOIS, PEORIA AND LAGRANGE END OF DAM WICKET BULKHEAD FABRICATION
Buyer not available
The Department of Defense, through the Department of the Army, is seeking bids for the fabrication, assembly, painting, and delivery of a steel bulkhead for the Illinois River Basin project in Peoria, Illinois. This procurement is a 100% Total Small Business Set Aside, specifically targeting firms within the Fabricated Structural Metal Manufacturing industry, as defined by NAICS code 332312. The bulkhead is a critical component for the Peoria and LaGrange end of dam operations, ensuring structural integrity and functionality within the waterway system. The official solicitation is anticipated to be released around June 1, 2025, and interested parties can contact Kate Behrens at Katherine.D.Behrens@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil for further information.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, aimed at modernizing the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to stringent safety and environmental regulations. This initiative is crucial for maintaining the operational integrity of the dam, which plays a vital role in regional water management. Interested small businesses must submit sealed offers by April 25, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
Barren River Lake Hydraulic Replacement
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Barren River Lake Hydraulic Replacement project located in Glasgow, Kentucky. The project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, ensuring that one hydraulic system remains operational during repairs while adhering to strict safety and environmental regulations. This initiative is vital for maintaining infrastructure reliability and operational efficiency, with a contract value estimated between $100,000 and $250,000, set aside entirely for small businesses. Interested contractors must submit sealed bids by 10:00 AM on February 21, 2025, and can direct inquiries to Kelly Duggins at Kelly.S.Duggins@usace.army.mil or by phone at 502-315-6013.
LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Notice of Intent for Brand Name Products
Buyer not available
The U.S. Army Corps of Engineers, St. Louis District, is seeking Justification and Approval (JandA) for the acquisition of brand name products necessary for the construction of a new 1,200 ft Lock at Lock and Dam 25 in Winfield, Missouri. The procurement specifically involves Rockwell Automation's Allen-Bradley industrial control products, which are essential for ensuring compatibility with existing systems at Lock and Dam facilities, thereby minimizing operational discrepancies and optimizing cost-effectiveness. This notice is not a request for competitive quotes, and interested parties should direct inquiries to Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil for further information.
Lock & Dam 5A Routine Gate Maintenance Quality Assurance Services
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Quality Assurance (QA) services for Routine Gate Maintenance at Lock and Dam 5A in Fountain City, Wisconsin. The procurement involves overseeing inspections and ensuring the quality of construction work performed by another contractor, including tasks such as QA inspections of steel repairs, painting methods, and compliance with safety standards. This initiative is critical for maintaining the structural integrity and operational efficiency of the dam, with a contract value of approximately $19 million and a performance period from June 1, 2025, to May 31, 2026, including options extending to December 2028. Interested small businesses must submit their proposals, including qualifications and past performance documentation, to Contract Specialist Justin H. Rose at justin.h.rose@usace.army.mil by the specified deadline.
PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
Buyer not available
Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
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.
Chickamauga Lock Replacement Approach Wall and Decommissioning
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Chickamauga Lock Replacement Approach Wall and Decommissioning project located in Chattanooga, Tennessee. This procurement involves a firm fixed-price construction contract aimed at building new approach walls, decommissioning the existing lock, and conducting site restoration activities, with an estimated project cost ranging between $250 million and $500 million. The project is critical for enhancing regional infrastructure and operational capabilities, ensuring compliance with federal regulations, and promoting safety measures during construction. Interested contractors must submit their proposals electronically by July 8, 2025, and can direct inquiries to Contract Specialist Andrew Roth at andrew.r.roth@usace.army.mil or Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil.