Pool 2 Protective Island
ID: W912ES24B0008Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a protective island at Lock and Dam 2, located near Hastings, Minnesota. This project aims to enhance protective measures along the Mississippi River by creating an island that will serve as a habitat for fish and protect the exposed dam embankment, involving tasks such as dredging, granular fill placement, and environmental compliance. The procurement is exclusively set aside for small businesses, with estimated construction costs ranging from $10 million to $25 million, and bids are due by August 27, 2024, at 2 PM Central Time. Interested contractors can contact Theodore Hecht at the provided email or phone number for further inquiries.

    Files
    Title
    Posted
    The document outlines the specifications for a construction project related to the development of the Lock and Dam 2 Protective Island in Hastings, Minnesota, managed by the U.S. Army Corps of Engineers. Key features include dredging designated areas to support an overwintering fish habitat and the construction of berms and mudflats according to specified slopes and elevations. The file specifies dimensions, elevations, and construction methodologies, including the management of dredge material and adjustments approved by the contracting officer. Temporary provisions for preload mounds and access routes for construction are also indicated. This plan ultimately aims to enhance environmental quality and aquatic habitats while adhering to engineering and environmental standards, showcasing the government’s commitment to ecological restoration and infrastructure improvement.
    The Lock and Dam 2 Protective Island project outlines the requirements and guidelines for the placement of dredged and stockpiled fill material. It includes a comprehensive project framework under the divisions of general requirements, environmental protection, exterior improvements, and marine construction. The focus is on efficient placement, compaction, and finishing of fill materials sourced from designated dredging sites. The contractor is responsible for equipment management, adherence to water quality standards, and ensuring that settlements and displacements are monitored and reported. The document emphasizes the need for careful planning, submission of various pre-construction and water quality plans for governmental approval, and adherence to specified tolerances. It mandates that granular fill be capped appropriately to prevent erosion and damage, with clear instructions for material handling and project execution. Overall, the project seeks to enhance structural integrity while ensuring compliance with environmental regulations and proper construction practices in waterway management.
    The document details the construction specifications and plans for the Lock & Dam 2 Protective Island project located in Hastings, Minnesota, under the jurisdiction of the U.S. Army Corps of Engineers. Its primary objective is to enhance protective measures along the Mississippi River through the development of a protective island, which involves various civil engineering tasks, including dredging, construction of islands, and habitat improvement. The project will adhere to strict environmental guidelines and ensure that elevations are maintained in accordance with determined benchmarks. Significantly, the report includes detailed maps illustrating site locations, proposed construction access routes, and a variety of engineering notes pertaining to earthwork and material handling necessary for construction. There are specific instructions for monitoring water levels, adjusting for flood conditions, and maintaining ecological habitats. Additionally, the document emphasizes the importance of coordinating with various stakeholders, including the contracting officer, to ensure compliance with the project's environmental requirements throughout its implementation. This comprehensive approach reflects the U.S. government’s commitment to infrastructure development while upholding environmental protection standards in federal and local projects.
    The document outlines a Request for Proposal (RFP) for the construction of a protective island at Lock & Dam 2 on the Mississippi River near Hastings, Minnesota. The project includes dredging material to create the island, which will provide fish overwintering habitat and protect the exposed dam embankment. The North American Industry Classification System (NAICS) code for this project falls under Other Heavy and Civil Engineering Construction with a small business size standard of $45 million. Estimated construction costs range between $10 million and $25 million, and the procurement is exclusively for small businesses. Bidders must submit sealed offers by August 20, 2024, at 2 PM Central Time. Successful bidders are required to furnish performance and payment bonds. Key project specifications include requirements for construction methods, materials, and compliance with various federal regulations, including wage requirements and environmental guidelines. The document emphasizes the importance of registering with the System for Award Management (SAM) and details the bidding instructions, including guidelines on bid submissions, inquiries, and deadlines. The project demonstrates the government's effort to engage small businesses in significant infrastructural work while fulfilling environmental and regulatory responsibilities.
    The document pertains to the Lock and Dam 2 Protective Island project in Hastings, MN, under Solicitation Number W912ES24B0008 by the US Army Corps of Engineers. It details the bidding process for construction work, including various items and quantities related to island construction using granular and fine fill, muflat construction, riprap, and seeding and planting. The bid opening is scheduled for August 27, 2024. Each line item includes specific unit prices from four different contractors, resulting in overall base totals ranging from approximately $9.8 million to around $12.7 million, depending on the bids submitted. The document is certified by Contracting Officer Kenneth Eshom, confirming that all bids have been recorded. This solicitation illustrates the federal government's procedural approach in procuring construction services through a competitive bidding process, ensuring transparency and adherence to budgetary constraints for public projects.
    This amendment to the solicitation W912ES24B0008 serves to modify the bid opening date. The new date for responses has been changed from August 20, 2024, at 2:00 PM to August 27, 2024, at 2:00 PM. The amendment confirms that all other terms and conditions of the original solicitation remain unchanged and in full effect. Additionally, the document specifies the issuing organization, which is the Contracting Division of the US Army Corps of Engineers (USACE) in St. Paul, Minnesota. The amendment is crucial for ensuring potential bidders are properly notified of the extended timeline for submitting their offers, thereby facilitating fair participation in the bidding process. Interested contractors must acknowledge receipt of this amendment as part of their offer to avoid rejection of their bids. This document represents standard procedural practices for government solicitations, emphasizing transparency and accountability in public procurement.
    The document is an amendment to a solicitation for a government contract, specifically referring to Contract ID W912ES24B0008, with the modification number 0003. The primary purpose of this amendment is to update the bid schedule, plans, and specifications associated with the Lock & Dam 2 Protective Island project. Key modifications include detailed changes to the bid schedule, reflecting various construction tasks such as granular fill for island construction, mudflat construction, riprap, and seeding and planting. The document outlines the quantities and unit prices for each item, specifying both base contract and optional work. The amendment ensures contractors acknowledge receipt to validate their offer and governs changes made to the contract terms. The effective date of these changes is noted as August 19, 2024. This document is essential for guiding contractors in preparing their bids while ensuring compliance with updated contractual obligations.
    Lifecycle
    Title
    Type
    Pool 2 Protective Island
    Currently viewing
    Presolicitation
    Similar Opportunities
    Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-5
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit bids for the Fargo Moorhead Metropolitan Area Flood Risk Management Project, specifically the Southern Embankment Reach SE-5, located in Moorhead, Minnesota. This project involves the construction of an overflow earth dam embankment, including soil-cement mixture, a gravel road, and associated infrastructure such as culverts and repaving of existing intersections. The initiative is crucial for enhancing flood risk management in the region, with an estimated contract value between $5 million and $10 million, and is expected to be solicited in late October or November 2024. Interested contractors should ensure they are registered in the System for Award Management (SAM) and may contact Scott E. Hendrix or Kevin P. Henricks for further information.
    Mississippi River, Baton Rouge to Gulf of Mexico New Orleans Harbor Cutterhead Dredge Contract No. 2-2023 (OM23136)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Mississippi River, Baton Rouge to the Gulf of Mexico, Saltwater Barrier Sill. The contractor's plant will be used in connection with the construction of a saltwater barrier sill located on the Mississippi River. The work involves placing hydraulically dredged material from a borrow area on the river bottom. The estimated completion time is 64 calendar days. The estimated value of the work is between $5,000,000.00 and $10,000,000.00. The solicitation documents will be posted on SAM.gov. Interested vendors are encouraged to register on SAM.gov. Bidders must be registered with SAM to receive a government contract award. Contact Jason Crockett at jason.d.crockett@usace.army.mil for more information.
    Mississippi River, Baton Rouge to the Gulf of Mexico, Saltwater Barrier Sill, Cutterhead Dredge Contract Nos. 3-2023
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Mississippi River, Baton Rouge to the Gulf of Mexico, Saltwater Barrier Sill. The contractor's plant will be used in connection with the construction of a saltwater barrier sill located on the Mississippi River. The work involves placing hydraulically dredged material from a borrow area on the river bottom. The estimated completion time is 64 calendar days. The estimated value of the work is between $5,000,000.00 and $10,000,000.00. The solicitation documents will be posted on SAM.gov. Interested vendors are encouraged to register on SAM.gov.
    Bank Stabilization, Spillway Channel, Oahe Dam, Pierre, SD
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking bids for the stabilization of the upstream spillway channel banks at Oahe Dam in Pierre, South Dakota. The project involves significant earthwork, including excavation, installation of geotextile fabric, and placement of approximately 43,000 tons of riprap for slope protection, with an estimated construction cost between $5 million and $10 million. This initiative is crucial for maintaining the integrity of federal infrastructure and ensuring environmental compliance during construction. Interested small businesses must submit their bids electronically by September 18, 2024, and can direct inquiries to Wayne C. Weidenhamer or Nadine Catania via email.
    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.
    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.
    WSLP-109 Levee and Floodwall, St. John the Baptiste Parish, Louisiana ED-19-028
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the WSLP-109 Levee and Floodwall project in St. John the Baptist Parish, Louisiana, aimed at enhancing flood protection and storm damage resilience. This construction project involves extensive activities such as levee and floodwall construction, drainage canal excavation, and modifications to existing utilities, with a total estimated cost between $25 million and $100 million. The project is critical for mitigating flood risks in the region and is set aside exclusively for small businesses, promoting federal mandates for small business participation in government contracts. Interested contractors must submit their bids by 10:00 AM CST on September 12, 2024, with the bid opening scheduled for 11:00 AM CST on the same day. For further inquiries, contact Melissa A. Vaughn at Melissa.A.Vaughn@usace.army.mil or 504-862-2762.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2023 {OM23009)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities. The project involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this dredge project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about 18 February 2023, and the bid opening date will be established in a future amendment. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. 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.
    Bank Stabilization, Bon Homme, Lewis and Clark Lake, Gavins Point Dam Project.
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) is soliciting bids from qualified small businesses for the Bon Homme Bank Stabilization project located in Bon Homme County, South Dakota, near the Gavins Point Dam. The project involves bank and slope protection along approximately 870 linear feet of shoreline on Lewis and Clark Lake, requiring contractors to implement erosion control measures, manage fluctuating lake levels, and ensure the protection of cultural resources during construction. This initiative is critical for maintaining the structural integrity of the riverbank and safeguarding the environment, with an estimated construction cost ranging from $500,000 to $1,000,000. Interested bidders must submit their proposals electronically by following the outlined requirements and can contact Wayne C. Weidenhamer or Constance Ellard for further information.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2023 {OM23007)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for dredging facilities. The project involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about February 18, 2023, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. 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.