Cannelton Lock and Dam Lock Interlocks and Dam Encoders Upgrade
ID: W912QR25BA018Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF DAMS (Z1KA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the upgrade of the Cannelton Lock and Dam's interlocks and dam encoders in Indiana. The project involves updating existing miter gate controls, valve controls, and the lock operations interlock system to comply with current standards, as well as replacing outdated dam tainter gate height position encoders and associated hardware. This initiative is crucial for enhancing operational reliability and safety in the Inland Marine Transportation System. Interested contractors must submit sealed bids by August 7, 2025, and can direct inquiries to LaDonna Haug at ladonna.j.haug@usace.army.mil or John Butts at john.c.butts@usace.army.mil for further details.

    Files
    Title
    Posted
    The document outlines a federal solicitation for the construction and repair of the Cannelton Lock & Dam, specifically focusing on updates to lock controls and interlock systems to comply with current standards. It specifies the requirements for contractors, including performance and payment bonds, submission deadlines for sealed bids, and additional stipulations regarding the work. The performance period is set for 365 calendar days post-award, with a mandatory site visit scheduled and clear instructions for bid submissions, including necessary acknowledgments and documentation. Key provisions such as the requirement for bid guarantees, licensing, and adherence to specific FAR and DFARS clauses are highlighted. Overall, the solicitation emphasizes the government's expectations for compliance and quality assurance, illustrating the agency’s commitment to enhancing infrastructure while adhering to regulatory standards and safety.
    The document outlines an amendment to a solicitation, detailing necessary procedural changes for offerors participating in a federal government procurement process. It emphasizes that acknowledgment of the amendment must be made prior to the deadline to ensure the acceptance of bids. Specific instructions are provided for submitting questions and proposals through the ProjNet system, which requires registration for access. Additionally, it highlights recent updates to contract documents, including new attachments related to drawings and the scope of work. Key elements include a revised list of drawings, the addition of ProjNet directions, and the importance of adhering to specified communication methods for inquiries. Offer submissions must follow traditional protocols and not be made via ProjNet. The document reinforces the idea that any government responses to inquiries do not constitute formal changes unless officially amended. With clear guidelines, this amendment aims to streamline the bidding process while ensuring clarity and compliance among potential offerors.
    The document is an amendment to a federal solicitation regarding construction work related to the Cannelton Locks and Dam. It extends the submission deadline and outlines various changes to the terms and specifications of the original solicitation, including corrections to the North American Industry Classification System (NAICS) code, updated wage rates, and revisions to the scope of work. Specific modifications include the addition of several construction tasks, such as replacing lock instrumentation and installing control cabling, with detailed changes to Contract Line Item Numbers (CLINs). Notably, the amendment requires contractors to acknowledge receipt of the changes prior to the specified deadline to avoid rejection of their offers. Additionally, it provides updated delivery schedules for all associated work, highlighting a consistent period of performance from August 27, 2025, to August 27, 2026. The amendment serves to ensure clarity and compliance in the bidding process, emphasizing the importance of adherence to updated specifications and administrative requirements for contractors participating in government procurement. Overall, it reflects the government’s effort to facilitate a transparent contracting process while ensuring all necessary updates are communicated to potential vendors.
    The document details a federal project by the U.S. Army Corps of Engineers designed to upgrade the Cannelton Locks and Dam's interlocks and dam encoders. Scheduled for completion in FY 2024, the project aims to ensure operational reliability and compliance with safety standards. Key activities include the installation of new equipment, removal of outdated encoders, and cabling updates, all performed while maintaining active canal operations. The electrical systems will integrate compliance with federal, state, and local regulations regarding safety and environmental standards. Detailed plans address equipment layouts, cabling pathways, and demolition of existing infrastructure, including fiber optic systems. Throughout the project, coordination with personnel and adherence to strict safety protocols is emphasized to minimize disruptions. The overarching goal is to enhance the dam’s operational efficiency and longevity while ensuring worker safety and environmental compliance.
    The solicitation document outlines a project for upgrading the interlocks and dam encoders at the Cannelton Lock and Dam in Indiana, aimed at complying with current inland marine transportation standards. The project will follow a Design-Bid-Build approach with a certified final design expected by June 30, 2025. Contractors are required to provide complete sealed bids and are mandated to begin performance within a specified timeframe post-award. Essential components include updating existing control systems and replacing outdated hardware to enhance operational efficiency and safety. The document specifies the need for comprehensive maintenance of as-built documents throughout construction, emphasizing the contractor's responsibility in accurate project documentation. Additional requirements cover utilities management, safety protocols, and the handling of any hazardous materials. The initiative underscores the importance of safety, quality control, and adherence to governmental regulations throughout the construction process, ensuring operational reliability of the dam and lock systems post-upgrade. The document serves as a critical resource for potential contractors to understand project expectations and requirements while participating in federal procurement processes.
    The document outlines the amendments to a federal solicitation associated with the Cannelton Lock and Dam Interlocks/Dam Encoders Upgrade project in Cannelton, Indiana. Key updates include an extension of the bid submission deadline from July 30, 2025, to August 7, 2025, and the complete replacement of plans and specifications. It incorporates updated wage determinations and removes the Wide Area Workflow payment instruction clause. The modification specifies contractor responsibilities regarding submission of as-built drawings, including maintaining records during construction and the timely submission of final as-built documents post-completion. A warranty management plan and requirements for equipment data and training for operational staff are mandated, along with guidelines for handling utilities and ensuring compliance with safety regulations. This amendment emphasizes communication and coordination between contractors and government officials, ensuring effective project execution while complying with federal standards. The purpose is to amend previous solicitations to reflect accurate project timelines and requirements, thereby fostering transparency and adherence to procurement protocols in government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Braddock Locks and Dam Hydraulic System Upgrades
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Braddock Locks and Dam Hydraulic System Upgrades project. This procurement involves the demolition and removal of the existing hydraulic system and its components, followed by the installation of a new hydraulic system, including supporting controls and buildings. The project is critical for maintaining the operational integrity of the dam, ensuring safety and efficiency in water management. The contract, valued between $10 million and $25 million, is set aside exclusively for small businesses, with a completion timeline of 730 calendar days after the issuance of the Notice to Proceed. Interested bidders must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contact Mario Dizdarevic at Mario.Taormina@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge for the Mississippi River, specifically in the New Orleans Harbor and adjacent lock forebays of the Gulf Intracoastal Waterway. The contract aims to enhance dredging capabilities in these critical waterways, with an estimated construction value ranging between $5 million and $10 million. This procurement is vital for maintaining navigability and safety in the region's waterways, ensuring efficient transport and commerce. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil, with the solicitation documents available on Sam.gov.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the rental of a fully crewed hydraulic pipeline cutterhead dredge for operations along the Mississippi River, New Orleans Harbor, and various bar channels in Louisiana. The project aims to enhance navigability and maintain essential waterways, with a construction magnitude estimated between $10 million and $25 million. Bidders are required to submit comprehensive proposals that include pricing for mobilization and dredging hours, while adhering to safety regulations and performance specifications. Interested contractors should contact Bambi Raja at Bambi.L.Raja@usace.army.mil or Cori A. Caimi at Cori.A.Caimi@usace.army.mil for further details, and must ensure registration with the System for Award Management (SAM) prior to bid submission, with the solicitation set for March 13, 2025.
    Pre-Solicitation Notice: O and M Emergency Repair Sanders Left Embankment Seepage, Emmett Sanders Lock and Dam McClellan - Kerr Arkansas River Navigation System Jefferson County, Arkansas.
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking bids for the O and M Emergency Repair of the Sanders Left Embankment Seepage at the Emmett Sanders Lock and Dam, part of the McClellan-Kerr Arkansas River Navigation System in Jefferson County, Arkansas. This project, classified under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical repair needs to ensure the structural integrity and operational functionality of the dam. The contract, which is a Total Small Business Set-Aside, is valued between $500,000 and $1 million, with a project duration of 212 calendar days following the Notice to Proceed. Interested bidders must submit their proposals by December 5, 2025, and can contact Shelby Henson at Shelby.m.henson@usace.army.mil or 501-340-1249 for further information.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
    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, 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.
    Pike Island Locks and Dam Bulkhead Slot Coring and Wiresawing
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Pittsburgh District, is soliciting bids for the Pike Island Locks and Dam Bulkhead Slot Coring and Wiresawing project located in Wheeling, West Virginia. The project involves the preparation of the site for future installation of downstream bulkhead recesses, which includes coring holes and wiresawing concrete in both the Main and Auxiliary Lock Chambers, with some work occurring underwater. This procurement is critical for maintaining the structural integrity of the locks and ensuring the continued functionality of the dam. Interested small businesses are encouraged to reach out to Aaron Barr at aaron.m.barr@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil for further details, as this opportunity is set aside for total small business participation under SBA guidelines.
    Z--BROCK RESERVOIR GATE REPLACEMENT/REPAIRS
    Interior, Department Of The
    The U.S. Department of the Interior, Bureau of Reclamation, is preparing to solicit proposals for the replacement and repair of gates at Brock Reservoir, with the solicitation expected to be issued around December 24, 2025. The project involves replacing 11 existing cast iron gates with 316L stainless steel slide gates, updating associated components such as gear boxes and actuators, and implementing new corrosion protection technology. This construction project, estimated to cost between $5 million and $10 million, will be awarded as a firm fixed price contract, and interested contractors must be registered in the System for Award Management (SAM) to submit proposals. For further inquiries, Diane Rodriguez, the Contract Specialist, can be contacted via email at DLRodriguez@usbr.gov.