DRAFT - LaGrange Lock and Dam Phase 1 - NESP - 1200' Lock - Hydraulic Steel Structures and Operating Equipment
ID: W912EK24B0019Type: Special Notice
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 the design and fabrication of high-strength steel components and machinery essential for the lock's operation, with an expected completion date 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, at 10:00 AM CST, and can direct inquiries to Joe Porter or Nicholas Moore via their provided email addresses.

    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.
    The BID SUMMARY SHEET for project W912EK24B0019 outlines the bidding process for the LaGrange Lock and Dam, focusing on the construction of a 1200 ft lock. The bid was opened on September 16, 2024, at 1:00 PM Central via Webex, with five amendments noted in the document. Two bidders submitted proposals: G&G Steel Inc from Russellville, AL, with a bid of $34,268,711.00, and OCCI Inc from Fulton, MO, offering $23,998,832.00. The government's estimated cost for the project was $33,080,507.82. The Bid Opening Officer, Nicholas M. Moore, digitally signed the document, confirming its authenticity. This summary indicates the competitive nature of federal contracting processes and highlights critical financial figures related to the project, as well as the importance of adhering to procurement regulations and timelines. It reflects the government's diligence in assessing bids for infrastructure development.
    Similar Opportunities
    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 FOUNDATION AND SITE PREPARATION FOR LOCK and DAM 25 NAVIGATION ECOSYSTEM SUSTAINABILITY PROGRAM (NESP)
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W07V Endist St. Louis office, is seeking sources for the Lock Foundation and Site Preparation for the Lock and Dam 25 Navigation Ecosystem Sustainability Program (NESP). This procurement aims to engage contractors for heavy and civil engineering construction services related to the foundation and site preparation necessary for the lock and dam project. The work is critical for enhancing navigation and ecological sustainability in the region, ensuring the infrastructure meets modern standards. Interested parties can reach out to Whitney Dee at whitney.r.dee@usace.army.mil or 314-331-8621, or Tracy Tenholder at tracy.n.tenholder@usace.army.mil or 314-331-8257 for further details.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 1-2025 (OM25001)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Southwest Pass Hopper Dredge Contract Nos. 1-2025, which involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge for work primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging project is crucial for maintaining navigable waterways and ensuring the efficient transport of goods, with a construction magnitude estimated between $10 million and $25 million. The solicitation is expected to be issued around December 9, 2024, and interested vendors are encouraged to register as Interested Vendors on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contractors can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    W91237-25-R-0002, Winfield Lock and Dam Flap and Roller Gate Fabrication
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the Huntington District, is soliciting proposals for the fabrication of flap and roller gates for the Winfield Lock and Dam. This procurement aims to secure fabricated structural metal products essential for the operation and maintenance of the dam infrastructure, which plays a critical role in flood control and navigation. Interested vendors should note that the primary contact for this opportunity is James Holstein, who can be reached at james.m.holstein@usace.army.mil or by phone at 304-399-5078, while Kristin Blake serves as the secondary contact at KRISTIN.D.BLAKE@USACE.ARMY.MIL or 304-399-5693. Further details regarding the solicitation can be obtained from the official notice.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River Hopper Dredge Disposal Area project, specifically Project 24-2 located in Plaquemines Parish, Louisiana. The project involves the removal of material within the Hopper Dredge Disposal Area and the disposal of this material in designated restoration areas, adhering to specified dimensions outlined in the contract drawings. This dredging project is significant for maintaining navigational channels and environmental restoration, with a contract value estimated between $25 million and $100 million. The solicitation is expected to be issued around December 5, 2024, and interested vendors should register on Sam.gov and contact Cori A. Caimi or Bambi Raja for further details.
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids 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 the management of karst geological features and ensuring compliance with federal safety standards. The estimated contract value ranges between $250 million and $500 million, with proposals due by April 18, 2025. Interested contractors can reach out to Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211 for further details.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025 (OM25275)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for a maintenance dredging project in the Southwest Pass section of the Mississippi River, specifically from Mile 6.0 AHP to Mile 19.5 BHP. The procurement requires the provision of a fully crewed and equipped cutterhead dredge with a discharge size of 30 inches or greater, along with all necessary attendant plant and crew, to ensure effective dredging operations. This project is crucial for maintaining navigational channels and supporting maritime activities in the region, with an estimated construction cost ranging between $10 million and $25 million. Interested contractors should prepare to submit their bids by the anticipated solicitation release date of December 9, 2024, and may contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further information.
    4 Corners Hydraulic System Replacement for Hannibal Locks and Dam
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Pittsburgh office, is soliciting bids for the replacement of the hydraulic system at the Hannibal Locks and Dam. This project falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and involves the repair or alteration of dams as indicated by the PSC code Z2KA. The hydraulic system is critical for the operational efficiency and safety of the locks and dam infrastructure. Interested contractors can reach out to Aaron Barr at aaron.m.barr@usace.army.mil or by phone at 412-395-7157, or Connie Ferguson at connie.l.ferguson@usace.army.mil or 412-395-7551 for further details regarding the solicitation process.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction project titled "Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project 24-2" located in Plaquemines Parish, Louisiana. The project involves the removal of material within the Hopper Dredge Disposal Area and the disposal of material in designated restoration areas, with a construction budget estimated between $25 million and $100 million and a total project duration of 200 calendar days for base work, plus an additional 100 days for optional work. This procurement is critical for enhancing infrastructure and environmental restoration efforts in the region, and contractors must comply with various regulations, including wage determinations from the U.S. Department of Labor. Interested vendors should register on Sam.gov and can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further details.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 3-2025 (OM25277)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging services in the Southwest Pass area of the Mississippi River, specifically from Mile 6.0 AHP to Mile 19.5 BHP. The project requires the provision of a fully crewed and equipped cutterhead dredge with a discharge size of 30 inches or greater, and the construction magnitude is estimated to be between $10 million and $25 million. This dredging work is crucial for maintaining navigable waterways, ensuring safe passage for commercial vessels in the region. Interested contractors should prepare for the solicitation, which is expected to be issued on or about December 9, 2024, and must register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.