LaGrange Lock and Dam Phase 1 - NESP - 1200' Lock - Hydraulic Steel Structures and Operating Equipment
ID: W912EK24B0019Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Fabricated Structural Metal Manufacturing (332312)

PSC

MISCELLANEOUS SPECIAL INDUSTRY MACHINERY (3695)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of hydraulic steel structures and operating machinery as part of the LaGrange Lock and Dam Phase 1 project in Versailles, Illinois. This procurement focuses on high-strength steel (HSS) components and machinery essential for the lock and dam infrastructure, with a completion target set for August 2024. The project is critical for enhancing navigation efficiency and supporting environmental sustainability within the Illinois River Basin. Interested contractors must submit their bids electronically by September 16, 2024, and can direct inquiries to Joe Porter at joseph.e.porter@usace.army.mil or Nicholas Moore at Nicholas.M.Moore@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the solicitation for Phase I of the NESP (Navigation and Ecosystem Sustainability Program) project at the LaGrange Lock and Dam in Versailles, Illinois, under contract number W912EK24B0019. The project focuses on the design and construction of hydraulic steel structures and operating machinery, aiming for completion by August 2024. Key contributors from various engineering branches within the U.S. Army Corps of Engineers, including geotechnical, hydrology, and civil divisions, are involved in the project oversight. The document serves as a comprehensive set of engineering drawings and specifications for the construction of hydraulic power units, ice port valves, culvert valves, and miter gates, among other structures. It includes detailed schematics, material specifications, and operational requirements, ensuring compliance with regulatory standards. The project aims to enhance navigation efficiency and bolster environmental sustainability along the Illinois River Basin. This solicitation indicates a commitment to modern infrastructure while adhering to environmental considerations and public service needs.
    The document outlines the solicitation details for Phase I of the NESP (National Ecosystem Restoration Plan) project, specifically focusing on the HSS (Hydraulic Structure System) and operating machinery related to the LaGrange Lock and Dam in Versailles, Illinois. Set for August 2024, this solicitation includes detailed schematic plans, material schedules, and general notes for the hydraulic power units, culvert valves, and miter gates involved in the lock and dam infrastructure. The key structural components include hydraulic power units, ice port valves, and miter gate operators, each accompanied by numerous design details, operational parameters, and material specifications. The document reflects a systematic and organized effort to ensure the project adheres to regulatory and engineering standards while promoting efficient operational functionality. In essence, this document serves as a formal request for proposals aimed at contractors who can successfully fulfill the detailed engineering requirements for essential components of the Lock and Dam Systems. It highlights the government’s commitment to maintaining and enhancing river basin infrastructure, underscoring the importance of collaboration and adherence to technical specifications in public infrastructure projects.
    Amendment 0004 dated September 6, 2024, introduces modifications to specific construction drawings (52M-543 and 56M-543) associated with the U.S. Army Corps of Engineers’ Solicitation No. W912EK24B0019 for the NESP - 1200 Foot Lock project at LaGrange Lock and Dam, Versailles, Illinois. The revised drawings supersede earlier versions and outline updates focusing on the upstream and downstream miter gate operators. Key components include detailed specifications for a strut arm casing, bushings, spring followers, and spacer nuts, along with the associated materials and quantities. The document provides clear references to materials adhering to various ASTM standards. The modifications aim to ensure accuracy in engineering specifications, which are crucial for regulatory compliance and successful project execution in federal construction initiatives. The amendment is part of ongoing efforts to upgrade vital infrastructure within the Illinois River Basin, emphasizing the government’s commitment to maintaining and enhancing navigational facilities.
    The document outlines the solicitation for Phase I of a project concerning the LaGrange Lock and Dam, located in Versailles, Illinois, under the jurisdiction of the Rock Island District within the Illinois River Basin. The focus of this phase is on HSS (High Strength Steel) and operating machinery, with an expected completion date set for August 2024. Detailed specifications include material descriptions and quantities necessary for the construction and operational requirements of the lock and dam infrastructure. The document provides various dimensions and tolerances pertinent to components involved in the structure, emphasizing the use of specific ASTM materials, such as alloy C93200 for bushings and GR 36 steel for spacers. Additionally, the file contains both general notes and references to various details related to the strut arm casing, spring follower, and spacer nut, illustrating the technical complexity of the project. These specifications aim to ensure both functionality and structural integrity at the lock and dam. This solicitation highlights the government’s commitment to maintaining and upgrading vital infrastructure through detailed technical documentation that guides bidders in meeting federal and engineering standards effectively.
    The document outlines amendments to SECTION 05 59 20 related to the LaGrange Lock and Dam project, specifically addressing requirements for fabricators involved in the construction. Key modifications include the necessity for fabricators to have three years of documented experience on projects of similar scope and the requirement for certain certifications, particularly concerning fracture control. Various types of fabricators are specified, including those for miter gates and hydraulic structures. The document emphasizes adherence to quality assurance protocols, including possible nondestructive testing by the government and the responsibility for correction and retesting of any rejected materials at the contractor's expense. Detailed preparation of shop drawings, which must comply with specified AISC standards, is also mandated before fabrication begins, encompassing specifications for materials, tolerances, connections, and welding sequences. Overall, this amendment serves to clarify fabrication standards and ensure compliance with safety and quality assurance practices critical for the successful execution of the project.
    Amendment 0001 to Section 35 01 41 of the LaGrange Lock and Dam project outlines revisions to specifications for operating machinery in locks and dams. The amendment requires the complete deletion and substitution of the section to update design references and clarify equipment requirements. It lists revised drawings that supersede previous versions, ensuring compliance with the solicitation issued. The document details essential topics such as quality assurance, submittals, product specifications, and execution procedures for machinery, while adhering to various industry standards. Specific requirements for materials, machinery components, and assembly processes are discussed, highlighting necessary inspections and non-destructive testing methods to ensure quality. Additionally, spare parts and equipment warranties are mandated, ensuring long-term operational reliability. This document is a critical guide within the context of federal RFPs and grants, demonstrating the government's commitment to maintaining high standards in infrastructure projects.
    The document is Amendment 0005, dated September 11, 2024, to the LaGrange Lock and Dam project solicitation W912EK24B0019. It modifies Section 35 01 41 and updates drawings 52M-543 and 56M-543, requiring the deletion and replacement of the specified pages and the supersession of earlier drawings. Key specifications include materials and fabrication processes for critical components of hydraulic machinery, such as sector shafts, arms, strut arms, pintle bushings, and caps, adhering to various ASTM standards. The document stipulates detailed manufacturing requirements, including alignment, surface finishes, identification numbers, and anti-seize lubrication for assembly. Non-destructive testing (NDT) is mandated for quality assurance, requiring thorough inspections of components before shipment. Emphasis is placed on compliance with specified tolerances and finishing standards to ensure functional integrity and durability. The amendment serves to clarify and enhance the technical requirements for machinery design and fabrication involved in the lock's operation, reflecting the government's commitment to maintaining high quality and safety standards in federally funded infrastructure projects.
    The document is an amendment to a solicitation regarding a contract with the U.S. Army Corps of Engineers. Its primary purpose is to update the specifications and drawings, with the main modification being the configuration of the miter gate strut. The document outlines that all other terms and conditions remain unchanged. Acknowledgment of receipt of this amendment is required from contractors, with outlined methods for acknowledgment. Additionally, it specifies that the will to modify the contract or order is made in accordance with Federal Acquisition Regulation (FAR) provisions. This amendment extends the time for offers, indicating that interested contractors should take note of this change. The document is structured into specific blocks detailing contract and amendment numbers, contractor information, signing authority, and administrative changes. The amendment underscores procedural compliance for contractors while reinforcing the ongoing engagement and modification needs typical in federal contracting environments, ensuring updated project specifications are clear and actionable.
    This document is an amendment to a solicitation regarding federal procurement managed by the US Army Corps of Engineers. It serves to update the specifications related to Contract ID W912EK24B0019, with a specific modification number of 0002. The amendment indicates that while the general terms and conditions remain unchanged, it includes a critical update to the project specifications. Key directives include the requirement for bidders to acknowledge receipt of the amendment before the offer deadline, which could be either extended or not, as indicated. If an offer needs adjustment based on this amendment, it must be communicated through a letter or telegram, referencing both the solicitation and the amendment numbers. The document details the point of contact (the contracting officer) and administrative information relevant to the solicitation process. Overall, this amendment is essential for ensuring potential contractors are properly informed of the updates, maintaining compliance with government contracting rules during the solicitation process.
    The document is an amendment to a solicitation for a contract issued by the US Army Corps of Engineers, extending the question and answer period for prospective vendors. The amendment specifies the new submission date for questions as September 3, 2024, and extends the bid receipt deadline from September 9, 2024, to September 16, 2024, at 10:00 AM CST. All bids must now be submitted electronically via email to designated officers, with specific instructions provided for submission logistics. Additionally, an audio teleconference will be held for the bid opening, allowing stakeholders to participate remotely. The document emphasizes the importance of timely submission and includes details on required documentation such as bid bonds and deviations from standard FAR clauses regarding notarization and seals. This amendment showcases the Rock Island District's commitment to facilitating a smooth bidding process while ensuring compliance with federal regulations.
    The document is an amendment to a solicitation issued by the U.S. Army Corps of Engineers regarding a specific contract identified by the code W912EK24B0019. The primary purpose of this amendment is to update the project's drawings. It confirms that all previous terms and conditions remain unchanged unless otherwise specified. The amendment does not extend the deadline for the receipt of offers but requires offerors to acknowledge receipt of this amendment prior to the specified timeframe to avoid rejection of their proposals. This modification reflects administrative changes and operational requirements outlined in federal regulations. It emphasizes the importance of communication in the bidding process, ensuring all parties are updated with necessary revisions. The amendment is signed and dated 10-Sep-2024, with specific instructions on how contractors can respond or modify their offers based on this updated solicitation.
    The document is an amendment to a solicitation regarding Contract ID W912EK24B0019, issued by the U.S. Army Corps of Engineers. The primary purpose of this amendment is to update the specifications and drawings associated with the contract. The amendment does not change the main terms and conditions of the solicitation but does extend the deadline for offer submissions. Contractors must acknowledge receipt of this amendment using specified methods to ensure their offers are considered valid. The document outlines procedures for acknowledgement and highlights the importance of timely communication from contractors regarding any submissions. This amendment falls under standard contractual and regulatory practices as dictated by federal guidelines, emphasizing administrative adjustments and the continuation of the contracting process under the existing solicitation framework. The amendment is signed by the contracting officer, affirming its formal status in the contracting process.
    The document outlines a solicitation (No. W912EK24B0019) by the U.S. Army Corps of Engineers for the construction of hydraulic steel structures and operating machinery at the LaGrange Lock and Dam in Illinois. This project is part of the Illinois River Basin's navigation enhancements. The solicitation is for sealed bids, with proposals due by September 9, 2024. It includes a detailed schedule of prices for various components, such as miter gates, culvert valves, and hydraulic power units, highlighting quantities, unit prices, and delivery expectations. Contractors must provide certifications related to steel fabrication and hydraulic equipment manufacturing, alongside technical qualifications. The bid process mandates electronic submissions, with a specific focus on clarity, completeness, and compliance with government regulations. Liquidated damages will apply for any delays in delivery, and the contract duration is capped at 1,750 days. The document serves to ensure that contracted services meet U.S. government standards while facilitating competitive bidding within federal guidelines. The structure of the document includes sections for pricing, specifications, delivery details, and contract clauses, providing clear guidance for potential bidders.
    Similar Opportunities
    Green River Lock and Dam 1 Miter Gate Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the repair of the Green River Lock and Dam 1 miter gates in Reed, Kentucky. This project aims to restore the functionality and safety of critical hydraulic structures, with an estimated cost range between $1,000,000 and $5,000,000. Contractors are required to adhere to specific construction methods, safety regulations, and environmental protection policies, while also ensuring compliance with binding rates from their existing contracts. Proposals are due by 10:00 AM Eastern Time on September 20, 2024, following a mandatory site visit on September 12, 2024. Interested parties should contact Maxwell Williams at maxwell.s.williams@usace.army.mil for further details.
    Waterway Sign Install at Meldahl Locks and Dam with an Option of Install at Greenup Locks and Dam.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Huntington office, is soliciting bids for the installation of waterway signs at Meldahl Locks and Dam, with an option for installation at Greenup Locks and Dam. The procurement involves structural steel and precast concrete work, which is crucial for enhancing navigational safety and operational efficiency in these waterways. The solicitation has undergone amendments, with the latest revision setting the closing date for submissions to 5:00 PM EST on September 18, 2024. Interested contractors can reach out to Travis Daugherty at travis.r.daugherty@usace.army.mil or by phone at 304-399-5228 for further details.
    ST. LOUIS, ILLINOIS, FLOOD PROTECTION PROJECT, BID PACKAGE 14B
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the St. Louis, Illinois Flood Protection Project, specifically for Bid Package 14B. This project involves construction activities related to flood protection and restoration of real property, categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The procurement is particularly significant as it aims to enhance flood resilience in the region, ensuring safety and protection for local communities. Interested contractors, especially those qualifying under the Historically Underutilized Business (HUBZone) set-aside, should note that the bid due date has been extended, with further details on revised plans and specifications forthcoming. For inquiries, contact Tracy Tenholder at tracy.n.tenholder@usace.army.mil or 314-331-8257, or Etta Schuchardt at Etta.Schuchardt@usace.army.mil or 314-331-8503.
    Lock and Dam 25 New 1,200 ft Lock - Navigation and Ecosystem Sustainability Program
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for Lock & Dam 25 New 1,200 ft Lock in MO, USA. The purpose of the project is to improve the existing lock and dam infrastructure. The government is pursuing an Early Contractor Involvement (ECI) via Integrated Design and Construction (IDaC) delivery method. The project includes a Draft Request for Proposal (RFP) and a Pre-Solicitation Conference to update industry on the design efforts and delivery method.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.
    Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Chicago District, is seeking qualified small business contractors for the Chicago Harbor Shorearm Extension and Breakwater project in Chicago, Illinois. The project involves essential repairs to existing exterior and shorearm extension breakwaters to stabilize these structures and ensure safe passage for vessels entering and exiting the harbor. This construction effort is critical for maintaining the functionality of the harbor and is estimated to cost between $5 million and $10 million. Interested bidders can expect the solicitation package to be available on the Procurement Integrated Enterprise Environment (PIEE) in November, with a response period of 30 days. For inquiries, contact Kyle Smith at (312) 846-5370 or via email at kyle.d.smith@usace.army.mil, referencing Solicitation Number W912P624B0015.
    SOLICITATION W912P624B0016 VILLAGE OF EAST HAZEL CREST STORMWATER IMPROVEMENTS, EAST HAZEL CREST, COOK COUNTY, ILLINOIS (USACE ACQUISITION)
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Chicago District, is soliciting bids for the Village of East Hazel Crest Stormwater Improvements project located in Cook County, Illinois. The project involves replacing earthen drainage ditches with underground concrete box culverts, including base work and two optional expansions of the culvert installation. This construction initiative is crucial for enhancing local stormwater management and infrastructure resilience. Interested small businesses must submit their bids by 1:00 p.m. Central Time on September 18, 2024, with an estimated contract value between $1 million and $5 million. For further inquiries, contact Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378.
    River Repairs and Upper Bank Paving SATOC
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Memphis District, is soliciting bids for the FY24 River Repairs and Upper Bank Paving project, designated as W912EQ24B0008. This firm-fixed price contract is specifically set aside for Women-Owned Small Businesses (WOSB) and involves extensive stone repairs on navigation structures along the Ohio and Mississippi Rivers, including the placement of riprap and other related tasks. The project is significant for maintaining critical infrastructure and ensuring navigational safety, with approximately 2.5 million tons of stone to be organized over four ordering periods. Bidders must submit their proposals by September 20, 2024, at 10:00 AM (CDT), with the bid opening scheduled for the same day at 1:00 PM (CDT). For further inquiries, interested parties can contact Jessica Lurry at jessica.m.lurry@usace.army.mil or Monica Moody at monica.a.moody@usace.army.mil.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking Other Heavy and Civil Engineering Construction services for the Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area project in Plaquemines Parish, Louisiana. The work involves the removal and disposal of material within the Hopper Dredge Disposal Area (HDDA) Borrow Site and restoration areas. The estimated construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about July 11, 2024, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov and are encouraged to register as an Interested Vendor on beta.SAM.gov. 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.