Patoka Lake Articulated Block Gutter Replacement
ID: W912QR-42254460Type: Solicitation
Overview

Buyer

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

NAICS

Siding Contractors (238170)

PSC

OPERATION OF MISCELLANEOUS BUILDINGS (M1JZ)

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 seeking contractors for the Patoka Lake Articulated Block Gutter Replacement project located in South Dubois County, Indiana. The project involves the removal of existing concrete gutters and the construction of a new flexible articulated concrete block mattress to improve drainage along the dam. This initiative is crucial for maintaining the infrastructure and safety of the Patoka Lake Dam, ensuring compliance with environmental and safety regulations. Interested small businesses must submit their proposals within 60 days, with an estimated project cost between $500,000 and $1 million. For further inquiries, contact Thomas Nauert at thomas.s.nauert@usace.army.mil or call 502-315-6502.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers is undertaking the Left and Right Abutment Gutter Replacement project at Patoka Lake Dam, located in South Dubois County, Indiana. This project is part of Contract No. W912QR-42254460, with an issue date in August 2024, classified under Solicitation No. P2: 514528 for FY2024. Key personnel involved include technical lead Sara Durr, engineers Isaiah Weilbaker and Matt Scholl, with the approval for the project having undergone thorough design and quality control reviews. The project entails the removal of existing concrete and stone debris, replacement with articulated mattress gutter sections, and ensuring proper drainage alignment. It mandates that contractors perform work diligently, follow specific guidelines such as maintaining a maximum load on the access road, avoiding damage to instrumentation, and using tracked equipment only on the dam face. Environmental considerations include erosion control, proper disposal of disturbed soil, and adherence to a stormwater pollution prevention plan. Overall, this document outlines a structured plan to improve the dam's infrastructure while adhering to safety and regulatory standards set by the Corps of Engineers.
    This document is a solicitation for Multiple Award Task Order Contracts (MATOCs) by the U.S. Army Corps of Engineers for the Patoka Articulated Block Gutter Replacement project at Patoka Lake, Indiana. It outlines the requirements for contractors in the Northeast Region to submit price proposals for the project, emphasizing adherence to the specified Scope of Work (SOW). The estimated project cost ranges from $500,000 to $1,000,000, following government regulations on construction disclosures. Key submission details include a labor category table reflecting binding rates and a proposal acceptance period of 60 calendar days. Besides the parameters for bidding and evaluation based on lowest price, updated clauses pertaining to project execution, such as commencement timelines, liquidated damages, and contractor responsibilities, are stipulated. The contractor is required to adhere to design, safety, environmental, and documentation protocols, including submission of as-built drawings and compliance with wage rates. Emphasis on hazardous materials certification and installation of environmental controls is highlighted. With comprehensive guidelines provided for project management and compliance reporting, this solicitation reflects the Army's commitment to meeting construction needs while ensuring safety, environmental protection, and regulatory standards are maintained during the execution of federal contracts.
    The document W912QR-42254460-0001 outlines wage determinations for construction projects subject to the Davis-Bacon Act in Indiana, specifically for heavy and highway construction across multiple counties, excluding Lake, LaPorte, Porter, and St. Joseph. It references the General Decision Number IN20240006, effective as of September 6, 2024, superseding IN20230006. Contracts awarded or renewed post-January 30, 2022, must adhere to Executive Order 14026, mandating a minimum wage of $17.20 per hour, while those subject to Executive Order 13658 require at least $12.90 per hour. These wage rates apply to covered workers on pertinent contracts for the year 2024. The document emphasizes compliance with federal wage standards as part of government-funded projects, ensuring fair compensation in line with federal regulations. The main purpose is to inform contractors about applicable wage rates and compliance requirements under the Davis-Bacon Act and associated Executive Orders for ongoing and future construction projects in specified Indiana counties.
    The W912QR-42254460-0002 document outlines a Request for Proposal (RFP) issued by the U.S. Army Corps of Engineers for construction services. The primary goal is to select a contractor for a specific project, reflecting the need for cooperation with federal, state, and local guidelines. Key aspects of the RFP include project scope, eligibility criteria for bidders, submission requirements, and evaluation metrics. The document emphasizes the importance of experience in similar projects, adherence to safety standards, and the ability to meet specified timelines. Additionally, it encourages partnerships with minority- and women-owned businesses, highlighting a commitment to inclusivity. The RFP structure is methodical, presenting information clearly to facilitate potential bidders' understanding. This document serves as a crucial tool for advancing public infrastructure projects, enabling compliance with regulations while fostering economic growth through contractor engagement.
    The document W912QR-42254460-0003 presents a series of identical references, indicating potential redundancy or an error in the file. It is part of the federal government’s procurement system, likely relating to requests for proposals (RFPs) or grants. Though the specific content or details are absent, such documents typically involve solicitations for services, goods, or projects, emphasizing compliance with federal, state, or local regulations. RFPs often outline project scopes, eligibility criteria, and submission requirements for bidders, aiming to attract qualified contractors or service providers to fulfill government needs. The repetition of the reference number may signify ongoing projects or contracts under review. Without additional context or details, the document fails to convey actionable information, limiting its usefulness in assessing specific government initiatives or funding opportunities.
    Lifecycle
    Title
    Type
    Similar Opportunities
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking contractors for a project to re-establish the ditch line in the Emergency Spillway at William H. Harsha Lake in Batavia, Ohio. The contractor will be responsible for removing concrete gutters, establishing access roads, and ensuring compliance with all federal, state, and local regulations, with the project expected to be completed within 30 days following the Notice to Proceed. This procurement is crucial for maintaining the integrity and safety of the dam infrastructure, with an estimated contract value between $100,000 and $250,000. Interested parties are encouraged to attend a mandatory site visit on September 9, 2024, at 9:00 AM ET, and should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further details.
    William H. Harsha Lake: Re-establish Ditch Line in the Emergency Spillway
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting quotes for a construction project at William H. Harsha Lake in Batavia, Ohio, aimed at re-establishing the ditch line in the Emergency Spillway. Contractors are required to provide all necessary personnel, equipment, and materials to remove concrete gutters and ensure compliance with federal, state, and local regulations, with work expected to commence within ten days of the Notice to Proceed and conclude within thirty days. This project is critical for maintaining the integrity of the dam and ensuring proper drainage, with an estimated contract value between $100,000 and $250,000, exclusively set aside for small businesses under NAICS code 237990. Quotes are due by September 20, 2024, and interested parties should contact Justin McPherson at justin.m.mcpherson@usace.army.mil or 502-315-7057 for further information.
    Green River Lock and Dam 1 Miter Gate Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Louisville District, is soliciting proposals for the repair of the Green River Lock and Dam 1 miter gates in Reed, Kentucky. Contractors are required to submit price proposals for the rehabilitation project, which is estimated to cost between $1,000,000 and $5,000,000, and must comply with various construction clauses and safety regulations. This project is crucial for maintaining the functionality and safety of essential hydraulic structures, reflecting the government's commitment to infrastructure improvement. Proposals are due by 10:00 AM Eastern Time on September 20, 2024, following a mandatory site visit on September 12, 2024, and must be submitted electronically to Maxwell Williams at maxwell.s.williams@usace.army.mil.
    Barren River Lake Hydraulic Components Replacement, Barren River Lake, 11088 Finney Rd Glasgow, KY 42141
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement of hydraulic components at Barren River Lake, located at 11088 Finney Rd, Glasgow, KY. The project requires contractors to furnish all necessary personnel, equipment, supplies, and materials to complete the replacement of hydraulic systems, ensuring that at least one system remains operational during the process. This procurement is crucial for maintaining the functionality and safety of the hydraulic systems at the lake, which are vital for operational efficiency and public safety. The estimated construction cost ranges from $100,000 to $250,000, with a firm-fixed price contract awarded to the lowest bidder. Interested contractors must submit their proposals by the extended deadline of September 20, 2024, at 3:00 PM, and can contact LaDonna Haug at ladonna.j.haug@usace.army.mil or 502-315-6196 for further information.
    Smithland Locks and Dam River Chamber Machinery Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Smithland Locks and Dam River Chamber Machinery located in Brookport, IL. This project requires contractors to perform a range of services including site surveys, construction, maintenance, and the refurbishment of sector gear assemblies, with a strong emphasis on safety and compliance with environmental regulations, particularly regarding lead-based paint removal. The initiative is part of the federal commitment to infrastructure improvement, funded by the Bipartisan Infrastructure Law, and aims to ensure the operational integrity of critical facilities within the Great Lakes and Ohio River Division. Interested contractors must submit their proposals by September 16, 2024, with a price range between $500,000 and $1,000,000, and can contact Andrew Fleming at andrew.j.fleming@usace.army.mil or 502-315-7036 for further information.
    Raw Water Piping System Replacement, Table Rock Powerhouse
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the replacement of the Raw Water Piping System at the Table Rock Powerhouse located in Branson, Missouri. This project, which falls under the NAICS code 237110 for Water and Sewer Line and Related Structures Construction, aims to enhance the infrastructure within the White River Basin and is estimated to have a construction magnitude between $5 million and $10 million. The successful contractor will play a crucial role in maintaining the operational integrity of hydro facilities, which are vital for water management and energy production. Proposals are due by September 20, 2024, at 12:00 PM CDT, and interested parties can reach out to Sarah Hagood at 501-340-1277 or via email at sarah.n.hagood@usace.army.mil for further inquiries. A site visit is scheduled for August 7, 2024, at 9:00 AM CDT, and bidders are encouraged to utilize the ProjNet Inquiry Key IRW386-H53JBF for any questions during the submission period from July 24 to August 15, 2024.
    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 (USACE) Chicago District, is soliciting bids for the Village of East Hazel Crest Stormwater Improvements project located in Cook County, Illinois. The project entails replacing earthen drainage ditches with underground concrete box culverts, including base work and two optional expansions of the culvert installation. This construction initiative is critical for enhancing local stormwater management and infrastructure resilience. Interested small business contractors must submit their bids by 1:00 p.m. Central Time on September 18, 2024, with an estimated project cost 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.
    McAlpine Ramp Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the McAlpine Ramp Repair project at the McAlpine Lock and Dam in Louisville, Kentucky. The project involves the removal of existing concrete ramps and the installation of new concrete ramps, with an estimated construction cost between $100,000 and $250,000, and is exclusively set aside for small businesses. This initiative is crucial for maintaining and improving infrastructure related to the lock and dam, ensuring operational efficiency and safety during construction. Interested contractors must submit their proposals by September 19, 2024, at 11:00 AM ET, and can direct inquiries to Amber Drones at amber.l.drones@usace.army.mil or Andrew Fleming at andrew.j.fleming@usace.army.mil.
    Bonneville Spillway Rock Mitigation
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking industry input for the Bonneville Spillway Rock Mitigation project, which involves constructing two concrete barriers on the spillway apron of the Bonneville Dam in Oregon. The primary objective is to mitigate rock accumulation that damages the existing infrastructure, requiring underwater construction techniques and adherence to environmental controls during the specified in-water work period from November 1 to February 28. This project is critical for maintaining the structural integrity of the dam and ensuring effective water management, with an estimated construction cost exceeding $10 million. Interested parties must submit their responses to the Sources Sought notice by October 31, 2024, to the designated contracting officials, Kristel Flores and Andrea Smothers, via email.