INVITATION FOR BID - Mississippi River Basin, Bay Island Drainage and Levee District No. 1, Mercer County, Illinois, 2023 Event PL84-99 Flood Repairs
ID: W912EK24B0007Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is inviting bids for the "2023 Event PL84-99 Flood Repairs" project in the Bay Island Drainage and Levee District No. 1, Mercer County, Illinois. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to address critical flood damage repairs along the Mississippi River, with an estimated project cost ranging from $10 million to $25 million. The selected contractor will be responsible for various construction tasks, including debris removal and levee restoration, while adhering to environmental regulations and completing the work within 366 calendar days from the notice to proceed. Interested parties should submit their bids electronically by October 28, 2024, and can direct inquiries to Christopher McCabe at christopher.a.mccabe@usace.army.mil or Ryan R. Larrison at Ryan.R.Larrison@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines an amendment to a solicitation issued by the U.S. Army Corps of Engineers concerning project W912EK24B0007. The amendment primarily extends the Question and Answer period and adjusts the bid opening date from October 28, 2024, to January 6, 2025, due to the need for additional time in obtaining necessary permits and addressing recent flood damage within the project area. It details the process for bidders to submit questions via the ProjNet system and mandates electronic submissions of bids to designated officials. Notable procedural changes include the acceptance of electronic signatures and the elimination of certain notarization requirements for bids. The document emphasizes the need for timely acknowledgment of the amendment receipt to avoid bid rejection. The Rock Island District encourages communication with the contracting officials for clarifications, reinforcing its commitment to facilitating a clear bidding process in light of adverse environmental impacts. The outlined changes reflect a concerted effort to ensure thorough preparation for bidders and adherence to updated regulations.
    This document is an amendment to a solicitation issued by the U.S. Army Corps of Engineers, detailing changes to a bidding process for a construction project. The primary purpose is to extend the bid opening date from January 6, 2025, to March 6, 2025, to allow for updates to the Plan Set, which are expected to be released in late January or early February. Additionally, the site visit protocol has been revised, with a pre-bid site visit anticipated in early February. The amendment encourages contractors to inspect the work site and participate in the designated site visit, emphasizing that coordination is essential for access and transportation as driving standard-size vehicles on the levee is prohibited. Interested parties must confirm attendance in advance and alternate transportation options are suggested. Contact information for specific personnel involved in the amendment process is provided for further inquiries. The document serves to formally notify potential contractors of important scheduling changes, emphasizing compliance and thorough site assessment, which are critical in the government procurement process. Ensuring that all interested parties are aware of these adjustments aids in maintaining transparency and facilitating smoother bidding procedures.
    The document outlines Solicitation No. W912EK24B0007 from the US Army Corps of Engineers for the Bay Island Drainage and Levee District No. 1, focusing on 2023 Flood Repairs in Mercer County, IL. This project is set aside exclusively for 100% Woman-Owned Small Businesses, with an estimated cost range between $5 million to $10 million. Contractors must complete the work within 366 calendar days from receiving the notice to proceed. Key components of the solicitation include a detailed summary of required work, contractor responsibilities, and bid submission instructions, including an emphasis on electronic bidding and the necessity for performance and payment bonds. Questions regarding the project should be submitted via the ProjNet system by a specified deadline. The deadline for bid submission is set for October 28, 2024, followed by a public bid opening. This project showcases the federal government’s strategy to engage small businesses, particularly those owned by women, while addressing critical infrastructure repairs in response to natural disasters. The solicitation emphasizes accountability, adherence to regulations, and compliance with federal contracting standards.
    The U.S. Army Corps of Engineers, Rock Island District, has issued a Request for Proposal (RFP) for flood repairs in Mercer County, Illinois, specifically within the Bay Island Drainage and Levee District, as part of the 2023 event PL84-99 initiative. This project is intended to address multiple identified repair areas along the Mississippi River, emphasizing the restoration of levee integrity following flood damage. The detailed plans include various repair areas and borrow site considerations, along with staging plans necessary for effective access and resource management during construction. The document outlines general notes indicating contractor responsibilities, including obtaining necessary permits and adhering to environmental regulations. Specific general notes mandate the contractor to maintain conditions within the work limits and ensure minimal damage to existing infrastructure. The project expects the contractor to coordinate closely with local authorities and abide by established safety and operational procedures. In summary, this RFP serves as an official solicitation for experienced contractors to execute flood repairs, aiming to restore the flood-damaged regions effectively while safeguarding the ecological standards and operational integrity of the levee systems within the Mississippi River basin.
    This document is an amendment to a solicitation for a construction contract under the U.S. Army Corps of Engineers, specifically related to flood repairs for the Bay Island Drainage and Levee District No. 1 in Illinois. The amendment includes updates to the site visit procedures, a new option (CLIN 0002), an updated Schedule of Prices, and revisions to the estimated cost range, now between $10 million and $25 million. The question and answer period has been extended to April 27, 2025, and the updated Wage Determination dated January 10, 2025, has been incorporated. The document outlines instructions for electronic bid submissions, specifies the scheduled bid opening date, and provides detailed changes to the pricing schedule for various construction items. Moreover, the document addresses compliance with the Davis-Bacon Act, stipulating minimum wage requirements for workers involved in the project. Overall, this amendment ensures that potential bidders are informed about significant changes affecting their submissions and outlines the administrative and logistical requirements for participation in the bidding process.
    This government document is an amendment to a solicitation for a construction contract issued by the US Army Corps of Engineers. The amendment corrects the question submission deadline to February 27, 2025, and clarifies that exercising Option A will extend the construction period by an additional 30 days. Key updates in the amendment include revised site visit information, a refreshed Schedule of Prices, an estimated cost range between $10 million and $25 million, and an updated Wage Determination as of January 10, 2025. The Schedule of Prices details the bids for several construction tasks, including mobilization, stripping, grubbing, shaping and grading, and restoration efforts. The document emphasizes the need for contractors to acknowledge receipt of this amendment to avoid the rejection of their offers and outlines specific instructions for inquiry submissions through the ProjNet system. Overall, this amendment enhances clarity and provides updated guidelines for vendors involved in the bidding process for the Bay Island Flood Repairs project.
    The document amends the solicitation for a contract (ID W912EK24B0007, Amendment No. 5) related to heavy and highway construction projects in Illinois. The primary purpose is to incorporate the updated Davis-Bacon Act Wage Decision (IL20250014) effective January 3, 2025, which outlines the minimum wage rates and labor classifications for various trades involved in construction within specified counties. Key changes include updated wage rates for construction workers, specifically carpenters, electricians, laborers, and truck drivers across multiple counties including Peoria, Knox, and Tazewell. Contractors are required to pay at least the stated wage rates, which vary by classification, and comply with Executive Orders regarding worker protections and compensation. Additionally, the amended document confirms the procedures for acknowledging and submitting offers, reiterating the importance of compliance with the updated wage determination. This amendment reflects an effort to ensure fair labor practices and maintain compliance with federal standards in government contracting, particularly tied to infrastructure development projects.
    The document pertains to the "2023 Event PL84-99 Flood Repairs" project in Mercer County, Illinois, specifically within the Bay Island Drainage and Levee District, part of the Mississippi River Basin. The project, under Solicitation No. W912EK24B0007, focuses on repairing distinct areas impacted by flooding. The outline includes comprehensive plans and cross-sectional views for various repair zones, detailing the necessary construction processes such as rock placement, shaping of pervious fill, and care for natural features during construction. Key instructions emphasize debris removal, access route coordination, and management of construction work limits to prevent damage to the levee system and adjacent roadways. The contractor is accountable for adhering to environmental regulations and conducting necessary surveys prior to construction. The document is structured with specific schematic plans and general notes to assist contractors in understanding the project scope and requirements. Overall, it underscores the government's commitment to maintaining infrastructure integrity while ensuring compliance with environmental standards for flood recovery efforts.
    The document pertains to modifications in the bidding process for the Bay Island flood event erosion repairs in Mercer County, Illinois. On February 11, 2025, significant updates were made to several sections including the Schedule of Prices, Project Table of Contents, various contract sections, and associated drawings. The revised Schedule of Prices includes new costs for tasks such as mobilization, levee shaping, and earthwork. Key project requirements include controlled environmental factors, compliance with safety regulations, and provisions for adjustments due to adverse weather. The project involves multiple bid items totaling various job types, emphasizing detailed payment terms and conditions for contractors, specifically addressing unit pricing and quantities for materials like pervious fill and riprap. Key considerations also highlight the need for environmental permits and certifications aligned with federal standards, illustrating the project’s adherence to compliance and operational safety amid procedural adjustments. This amendment signifies the federal government's commitment to maintaining infrastructure integrity while managing flood risks effectively.
    Similar Opportunities
    Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking bids for the construction of flood control projects in the Amite River and Comite River Basin, specifically the Comite River Diversion Project at the Bayou Baton Rouge Rock Chute in East Baton Rouge Parish, Louisiana. The project involves a range of construction activities, including the clearing and grubbing of land, the construction of diversion channels and pump stations, roadway modifications, and the installation of various infrastructure components, with an estimated contract value between $25 million and $100 million. This initiative is crucial for enhancing flood management and infrastructure resilience in the region, ensuring compliance with federal and state regulations throughout the construction process. Interested contractors must register with the System for Award Management (SAM) and submit their bids by February 6, 2025, with inquiries directed to Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or by phone at 504-862-2466.
    OMRR&R, RED RIVER BASIN, BAYOU BODCAU PROJECT OFFICE BUILDING ADDITION BODCAU LAKE, BOSSIER PARISH, LOUISIANA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of an addition to the Bayou Bodcau Project Office Building located in Bossier Parish, Louisiana. This project involves the addition of approximately 840 square feet to an existing structure, along with necessary demolition and alteration work, and is set aside for certified Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB) or Woman-Owned Small Businesses (WOSB). The initiative reflects the federal government's commitment to enhancing operational facilities while adhering to environmental and safety regulations. Interested contractors must submit sealed bids by March 5, 2025, at 2:00 PM CST, with an estimated project value between $500,000 and $1,000,000. For further inquiries, contact Amy L. Starks at amy.l.starks@usace.army.mil or Robert Ellis Screws at Ellis.Screws@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)
    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.
    MVD Levee Requirements for FY 25
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
    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.
    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. The project aims to ensure the structural integrity and historical preservation of these significant buildings, with an estimated cost between $100,000 and $250,000, and a completion timeline of 120 calendar days post-award. This procurement is part of a broader initiative to maintain federal infrastructure while adhering to labor regulations, including compliance with the Davis-Bacon Act for wage determinations. Interested contractors must register with the System for Award Management (SAM) and submit their proposals, including relevant experience, by the specified deadline. For further inquiries, contact Joe Porter at joseph.e.porter@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
    Tensas Parish, LA, Point Pleasant-Yucatan, LA, Levee Enlargement and Berms, MRL Item 411-R, FC/MR&T, WBMRL
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the Levee Enlargement and Berms project located in Point Pleasant-Yucatan, Louisiana. This procurement involves construction services under the NAICS code 237990, specifically focusing on the construction of other non-building facilities, which is critical for flood risk management in the region. The project is set aside for total small business participation, emphasizing the government's commitment to supporting small enterprises in federal contracting. Interested parties can reach out to Amy L. Starks at amy.l.starks@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    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. 4-2025 (OM25278)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for maintenance dredging at the Mississippi River Southwest Pass area in Plaquemines Parish, Louisiana. Contractors are required to provide a fully crewed cutterhead dredge with a minimum discharge size of 30 inches, focusing on enhancing navigation from Mile 6.0 above the high pool (AHP) to Mile 19.5 below the high pool (BHP). This project, with an estimated value between $10,000,000 and $25,000,000, underscores the federal commitment to infrastructure maintenance and small business engagement, while ensuring compliance with safety and EPA regulations. Interested vendors should register as Interested Vendors on beta.SAM.gov 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 details, with the solicitation expected to be issued on or about December 9, 2024.
    PRESOLICITATION NOTICE FOR INDEFINITE DELIVERY, INDEFINITE QUANTITY, MULTIPLE AWARD TASK ORDER CONTRACT FOR VARIOUS SMALL CONSTRUCTION PROJECTS IN ILLINOIS AND INDIANA
    Buyer not available
    Presolicitation Notice for Indefinite Delivery, Indefinite Quantity, Multiple Award Task Order Contract for Various Small Construction Projects in Illinois and Indiana The Department of Defense, specifically the Department of the Army, through the Chicago District of the U.S. Army Corps of Engineers, is planning to procure an Indefinite Delivery Indefinite Quantity Contract for Various Small Construction Projects in Illinois and Indiana. This contract will include one ordering period lasting two years, with a maximum aggregate value of $25,000,000.00. The construction projects will involve various elements such as potable water supply and storage, stormwater detention, treatment and distribution systems, sanitary, storm, and water pipeline installation and lining, drainage structures, pump and lift stations, wastewater treatment and water treatment system upgrades, supervisory control and data acquisition (SCADA), and site restoration including pavements, curb and gutter, sidewalks, seeding, and sodding. The work will be issued through negotiated firm-fixed price task orders, and the contractor will be responsible for providing all supervision, labor, supplies, and materials necessary for the completion of the tasks. The contract(s) will be awarded to small business concerns that submit proposals conforming to the solicitation and are within a technical/price competitive range. The evaluation factors include Technical Approach, Past Performance, and Price. Interested offerors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals. The solicitation documents will be available in the fourth quarter of fiscal year 2024. To be eligible for award, the offeror must be registered in the System for Award Management (SAM). The Point of Contact for this acquisition is Ericka Hillard at (312) 846-5378 or ericka.d.hillard@usace.army.mil. The contracting office for this procurement is the USACE Chicago District, located at 231 SOUTH LaSALLE STREET, SUITE 1500, Chicago, IL 60604. The solicitation number to be referenced in all correspondence is W912P624R0010.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking contractors for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge, with work expected to be performed primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging operation is crucial for maintaining navigable waterways, with a contract value estimated between $10 million and $25 million. Interested vendors should prepare for the solicitation, which is anticipated to be issued around December 9, 2024, and are encouraged to register as Interested Vendors on beta.SAM.gov. For further inquiries, contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.