LHE Rental for CHL Bulkhead Relocation
ID: W912P625QA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST CHICAGOCHICAGO, IL, 60604-1437, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

LEASE OR RENTAL OF EQUIPMENT- SPECIAL INDUSTRY MACHINERY (W036)

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 (USACE) Chicago District, is soliciting proposals for Load Handling Equipment (LHE) rental services for the Bulkhead Relocation project at the Chicago Harbor & Lock. Contractors are required to supply LHE, rigging equipment, and qualified personnel to safely load and unload eleven bulkheads and one lifting beam onto Corps-supplied barges, ensuring compliance with safety and federal regulations. This project is crucial for maintaining operational efficiency at the Thomas J. O'Brien Lock and Dam, with a performance period expected from April 4, 2025, to July 3, 2025. Interested small businesses must submit their proposals by 2:00 p.m. Central Time on April 11, 2025, and can contact Stephanie Boyd at Stephanie.L.Boyd@usace.army.mil for further information.

    Files
    Title
    Posted
    The document is an amendment to a solicitation for Load Handling Equipment (LHE) services tied to a project by the U.S. Army Corps of Engineers (USACE) at the Thomas J. O'Brien Lock and Dam in Chicago. Key changes include the cessation of question acceptance, addition of specification drawings, and responses to inquiries received prior to the amendment. The contractor is tasked with providing LHE and associated supplies for safely loading eleven bulkheads and a lifting beam onto Corps-supplied barges. Performance is expected within 180 days from the contract award, with coordination required for site visits and pre-work meetings. The contractor must ensure staff are qualified and adhere to safety requirements outlined in EM 385-1-1, including personal protective equipment and health and safety plans. Additionally, compliance with federal wage determinations and a requirement for paid sick leave is mandated. Overall, the amendment encapsulates pivotal points regarding timelines, responsibilities, safety, security, and compliance necessary for executing the contract effectively.
    The government file outlines a solicitation for Load Handling Equipment (LHE) services related to the FY2025 Bulkhead Relocation project at the Chicago Harbor & Lock by the U.S. Army Corps of Engineers (USACE). The contract specifies the contractor's responsibilities, including supplying necessary LHE, rigging equipment, and on-site staffing to safely conduct the loading and unloading of bulkheads weighing around 70,000 lbs. Essential details include requirements for certifications, safety procedures, personnel qualifications, and adherence to federal regulations. The contract operates under the Service Contract Act, necessitating compliance with wage determinations and benefits. An effective period runs from April 4, 2025, to July 3, 2025, with document compliance, site visits, and a mandatory pre-work conference emphasized for project readiness. A point of contact (POC) is provided for coordination, ensuring comprehensive project oversight and safety compliance for all personnel involved. This initiative supports the federal goal of using Women-Owned Small Businesses (WOSB) for obtaining services, emphasizing economic diversity in government contracting.
    The document details an amendment to a solicitation for Load Handling Equipment (LHE) services by the U.S. Army Corps of Engineers (USACE) for a project at the Thomas J. O'Brien Lock and Dam in Chicago, IL. This amendment outlines the revised responsibilities of the contractor, including loading and unloading concrete blocks and bulkheads. The solicitation's deadline for responses is extended to June 6, 2025, at 1:00 PM CT. Key changes include the updated Scope of Work, requiring contractors to supply specific rigging and safety equipment, and the necessity for site visits to familiarize with operational conditions. Contractor qualifications, safety compliance, and security measures are emphasized, alongside performance period expectations and invoicing guidelines. The wage determination requirement under the Service Contract Act is also included, ensuring that workers receive the proper compensation. Overall, this amendment highlights the requirements and responsibilities for contractors bidding on this federal project while ensuring compliance with safety, environmental standards, and accurate wage determinations.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    3389 LCHD-ESS Special Notice - Draft Specification
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Rental of 120 Ton Crane with Operator at Range 16, Fort Polk, Louisiana
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is seeking qualified vendors for the rental of a 120-ton crane with an operator at Range 16, Fort Polk, Louisiana. The procurement requires the contractor to provide a certified operator, rigging equipment, and the crane itself for five non-continuous days between January 12, 2026, and February 14, 2026, to facilitate the movement of a 37,000 lbs structure during testing operations. This service is critical for ensuring the safe and efficient execution of engineering tasks at the site, adhering to government safety regulations and operational requirements. Interested vendors must submit their quotes by December 17, 2025, at 1:00 PM CST, and can direct inquiries to Janalyn Dement at Janalyn.H.Dement@usace.army.mil.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    Heavy Equipment Program - Cranes SPE8EC25R0004
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program, specifically for various types of cranes under solicitation SPE8EC25R0004. This continuous solicitation aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial cranes and associated support services for the U.S. Military and other authorized customers, with a focus on ensuring fair and reasonable pricing. The procurement encompasses a wide range of crane types, including all-terrain, rough terrain, and tower cranes, which are critical for military operations and logistics. Interested vendors must submit their proposals by December 18, 2034, with an initial closing date of December 18, 2025, and can contact Angela Beschner or Robert F. Spadaro, Jr. via email for further information.
    Sources Sought USACE MVK Mat Barge Modifications
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Vicksburg District, is conducting a sources sought notice for the modification of thirty-four (34) mat barges utilized for transporting articulated concrete mattresses. The project entails replacing existing C-channel runners on the barges with 6” x 14” rectangle tubing, requiring contractors to provide all necessary labor, equipment, and materials for the modifications. This procurement is critical for maintaining the operational efficiency of the barges, which measure 160’ long, 34’ wide, and 9.5’ tall, and is expected to commence in January 2026, with completion by June 30, 2026. Interested firms, particularly small and disadvantaged businesses, should submit their responses by 2:00 PM Central on December 19, 2025, to Javonta Roper at javonta.a.roper@usace.army.mil, with additional contacts provided for further inquiries.
    Lorain Harbor West Breakwater Repair Phase II
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for the repair and rehabilitation of the Lorain Harbor West Breakwater in Lorain, Ohio. This project aims to restore the structural integrity of the breakwater, which is vital for harbor protection and safe navigation, having suffered significant deterioration due to age and environmental factors. The contract will be a Firm-Fixed-Price (FFP) type, with an estimated value between $10 million and $25 million, and is set aside exclusively for small businesses. Interested parties should note that the solicitation is expected to be issued around December 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Andrew Hewitt at andrew.b.hewitt@usace.army.mil or call 716-339-3307.