Cannelton Fixed Weir Repair
ID: W912QR-43534997Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, 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, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Cannelton Fixed Weir Repair project located at the Cannelton Locks & Dam in Indiana. The project aims to address critical repair needs for the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring access to the hydroelectric power plant throughout the construction process. This initiative underscores the federal commitment to maintaining essential hydroelectric facilities and adhering to environmental and safety standards. Interested contractors must submit price proposals ranging from $250,000 to $500,000 by February 19, 2025, following a mandatory site visit on February 13, 2025. For inquiries, contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Cannelton Fixed Weir Repair project located in Hawesville, Kentucky, by the U.S. Army Corps of Engineers. The primary focus of this project is to address the repair needs of the fixed weir structure at the Cannelton Hydroelectric Power Plant. It includes detailed specifications regarding demolition and replacement of concrete caps affected by delamination, along with guidelines for maintaining access to the power plant throughout the construction process. Several contractor responsibilities are highlighted, such as verifying site conditions, coordinating with project representatives, and adhering to safety requirements to prevent contamination during demolition. Key components also include maintaining contractor work limits, implementing environmentally responsible disposal of debris, and ensuring structural modifications meet engineering specifications. The project documentation emphasizes the necessary conditions for construction, ensuring that proper inspections and precautions are taken to safeguard existing infrastructure. Overall, this project illustrates the federal commitment to maintaining and improving critical hydroelectric facilities while ensuring compliance with environmental and safety standards.
    The document outlines a Request for Proposal (RFP) for the repair of the Cannelton Fixed Weir at the Cannelton Locks & Dam in Hancock County, KY. It confirms that contractors under the Indefinite Delivery Indefinite Quantity (IDIQ) contracts must submit price proposals for construction services, specifically focusing on a repair project within a cost range of $250,000 to $500,000. Proposals are due by 12:00 PM ET on February 19, 2025, and bidders must be registered in the SAM database. The selection will be based on the lowest evaluated price and requires detailed price breakdowns showing compliance with binding contract rates. Contractors are reminded about specific significant clauses and conditions affecting project execution, including liquidated damages for delays and insurance requirements. A site visit is scheduled for February 12, 2025, where participants are required to meet at the project site with proper safety gear. The document emphasizes compliance with labor laws, including the Davis-Bacon Act and applicable wage rates. All inquiries must be communicated through the specified ProjNet system, reinforcing the protocol for submitting questions and proposals for transparency and regulatory adherence.
    The Department of the Army, Louisville District, Corps of Engineers, issued a Request for Proposal (RFP) to MATOC Contractors for a construction project: the Cannelton Fixed Weir Repair at Cannelton Locks & Dam, Indiana. Contractors are required to submit price proposals within a cost range of $250,000 to $500,000, and proposals must comply with specified clauses related to construction, site visits, and contracts. A mandatory site visit is scheduled for February 13, 2025, and proposals are due by noon on February 19, 2025. Contractors must be registered in the SAM database and may only submit inquiries through the ProjNet system. The award will be based on the lowest evaluated price. Key clauses outlined include the commencement and completion of work, insurance requirements, and warranties for construction. The RFP emphasizes the necessity for performance bonds and adherence to DBA Wage Rates. Overall, this RFP reflects the rigorous standards and processes involved in federal construction projects, underscoring the government’s commitment to compliance and thorough evaluation of contractor proposals.
    The Department of the Army, Louisville District, requests price proposals from MATOC contractors, including Massillon Construction & Supply LLC and others, for the Cannelton Fixed Weir Repair project at Cannelton Locks & Dam, Indiana. This task order falls under Indefinite Delivery Indefinite Quantity Contracts aimed at Land Based Construction Projects in the Great Lakes and Ohio River Division. The anticipated cost ranges from $250,000 to $500,000. Amendments to the RFP have updated site visit and proposal submission dates, now set for February 20, 2025, and February 26, 2025, respectively. Contractors must register in the SAM database and provide certain bonding and insurance requirements. The proposal evaluation will be based on the lowest evaluated price, necessitating detailed breakdowns that align with binding rates from the contractors' base contracts. Inquiries must be directed to the ProjNet system, and contractors must observe a 60-day acceptance period for proposals. The document outlines clauses regarding performance expectations, site visits, liquidated damages, and contractor responsibilities, underscoring compliance and safety. This RFP exemplifies the government's procedural framework for managing construction projects, ensuring proper execution and accountability in federal undertakings.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is soliciting proposals for the Cannelton Fixed Weir Repair project located at Cannelton Locks and Dam in Indiana. This opportunity is aimed at contractors with Indefinite Delivery Indefinite Quantity Contracts to provide construction services, with a cost range estimated between $250,000 and $500,000. The project is critical for maintaining infrastructure within the Great Lakes and Ohio River Division, ensuring the functionality and safety of the locks and dam system. Interested vendors must be registered in the SAM database and are encouraged to submit their price proposals, with inquiries directed to Joel Huberman at joel.huberman@usace.army.mil or by phone at 502-315-7409.
    Cannelton Lock & Dam Repair/Replace Lock Controls
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Louisville office, is seeking qualified contractors for the repair or replacement of lock controls at the Cannelton Lock & Dam in Indiana. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, indicating a focus on engaging small businesses for this project. The work involves critical infrastructure maintenance, ensuring the operational integrity of the dam, which plays a vital role in regional water management and navigation. Interested parties should contact LaDonna Haug at ladonna.j.haug@usace.army.mil or call 502-315-6196 for further details regarding the submission of qualifications and timelines.
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. This project aims to enhance the safety and structural integrity of the dam, addressing critical geotechnical concerns identified in previous assessments, including internal erosion risks and geological instability. The initiative is vital for maintaining effective water management and flood control in the region, ensuring compliance with federal safety standards. Interested contractors must submit their proposals electronically by March 20, 2025, with an estimated contract value between $250 million and $500 million. For further inquiries, potential bidders can contact Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.
    Replace Back Channel Hydraulic Dam Gate Cylinders
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of hydraulic dam gate cylinders at the Emsworth Locks and Dams on the Ohio River in Pennsylvania. The project entails the purchase and installation of twelve hydraulic cylinders, the integration of a new network card for control system compatibility, and the removal and disposal of existing cylinders. This initiative is crucial for maintaining the operational integrity and efficiency of the hydraulic gate systems, which play a vital role in water management infrastructure. Interested contractors must attend a site visit scheduled for December 4, 2024, at 10:00 A.M. ET, and can reach out to Mario Dizdarevic at mario.dizdarevic@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil for further details.
    LOCK AND DAM 25 DOWNSTREAM APPROACH GUIDE CELL U.S. ARMY CORPS OF ENGINEERS, ST. LOUIS DISTRICT
    Buyer not available
    The U.S. Army Corps of Engineers, St. Louis District, is soliciting bids for the construction of the Lock and Dam 25 Downstream Approach Guide Cell. This project involves significant civil engineering work, specifically under the NAICS code 237990, which pertains to other heavy and civil engineering construction. The guide cell is crucial for ensuring safe navigation and operational efficiency at the lock and dam facility. Interested contractors should note that Amendment 0001 has been issued, extending the bidder inquiry due date, providing a site visit sign-in sheet, updating wage determinations, and releasing contractor inquiries and government responses. For further information, potential bidders can contact Whitney Dee at whitney.r.dee@usace.army.mil or Catherine Hansen at catherine.a.hansen@usace.army.mil, with inquiries due by the specified deadlines.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking qualified businesses to construct a new 1,200 ft Lock for Lock and Dam 25, located approximately 61.5 river miles upstream from St. Louis. This procurement aims to enhance navigation and ecosystem sustainability as part of the broader Navigation and Ecosystem Sustainability Program (NESP). The construction of this lock is critical for maintaining efficient waterway transportation and supporting ecological health in the region. Interested parties must register for the Industry Day and one-on-one sessions by June 17, 2024, and respond to the Request for Information by June 26, 2024. For further inquiries, contact Whitney Dee at whitney.r.dee@usace.army.mil or Angie Grimes at angie.l.grimes@usace.army.mil.
    Multiple Repairs of Baldhill Dam - Valley City, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for multiple repairs at Baldhill Dam located in Valley City, North Dakota. The project aims to address critical structural deficiencies, including concrete reinforcement, Tainter gate fastener replacements, and grout injection for crack repairs, with work scheduled during low water flow periods in late summer 2025. This initiative is vital for maintaining the dam's operational integrity and ensuring flood control for surrounding communities, while also supporting small business participation as the solicitation is set aside exclusively for small businesses under NAICS code 237990, with an estimated contract value between $1 million and $5 million. Interested bidders must submit sealed proposals by March 11, 2025, and are encouraged to contact John P. Riederer at John.P.Riederer@usace.army.mil or 651-290-5614 for further information.
    Z--Battle Creek - South Diversion Dam and Canal Removal
    Buyer not available
    The Bureau of Reclamation, part of the Department of the Interior, is preparing to issue a Request for Proposal (RFP) for a firm fixed-price construction contract focused on the removal of the Battle Creek South Diversion Dam and associated canal. The project involves significant demolition work, including the dismantling of multiple diversion dams and the excavation and filling of the South Canal, with an estimated project cost ranging from $10 million to $15 million. This procurement is crucial for environmental restoration efforts in the region and is open to all responsible sources, with a requirement for 100% performance and payment bonds. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be posted on or around January 3, 2025, with proposals due approximately by February 3, 2025. For inquiries, contact Rosana Yousef Goarji at RYousefgoarji@usbr.gov or call 916-978-5004.
    ILWW LaGrange-Peoria Roofs
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of EPDM membrane roofs at the LaGrange and Peoria Lock and Dam control stations in Illinois. Contractors are required to submit a complete proposal, demonstrating relevant project experience, with an estimated project cost ranging from $100,000 to $250,000, and a completion timeline of 120 calendar days post-award. This project is significant as it involves historically important buildings and mandates compliance with various safety and labor regulations, including adherence to the Davis-Bacon Act for wage determinations, which stipulates a minimum wage of $17.75 per hour for contracts awarded after January 30, 2022. Interested contractors must register with the System for Award Management (SAM) and can contact Joe Porter at joseph.e.porter@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil for further details.
    Solicitation W912P525RA001 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 construction project titled "Chickamauga Lock Replacement Approach Wall and Decommissioning" located in Chattanooga, Tennessee. This project involves the replacement of approach walls and the decommissioning of the existing lock, with an estimated contract value ranging from $250 million to $500 million, classified under NAICS code 237990 for heavy and civil engineering construction. The procurement emphasizes the importance of safety management, technical approach, and small business participation, with proposals due by April 7, 2025. Interested contractors should contact Andrew Roth at andrew.r.roth@usace.army.mil or Stacy Wiggins at Stacy.S.Wiggins@usace.army.mil for further details.