Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
ID: W9128F26BA003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST OMAHAOMAHA, NE, 68102-4901, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF UNIMPROVED REAL PROPERTY (LAND) (Z2PC)

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, Omaha District, is soliciting bids for the Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is a total small business set-aside, aims to restore the ecosystem along the Missouri River through various construction activities, including riparian planting, gravel path construction, and the installation of L-head dikes and breakwater structures. The estimated contract value ranges from $10 million to $25 million, with bids due by December 17, 2025, at 2:00 PM local time, and a mandatory site visit scheduled for November 24, 2025. Interested contractors should submit their bids electronically to the primary contacts, Clinton Russell and Nadine Catania, and adhere to the specified requirements, including a bid guarantee and compliance with the Buy American Statute.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the bid schedule for the Lower Brule North Ecosystem, Element 1, Phase 2 project, detailing ten distinct work items for contractors to bid on. Key items include the placement of L-Head Breakwater Structures (riprap stone/choke stone), mobilization/demobilization of equipment, provision of stone (riprap), excavation (cut and fill), and handling of borrow source excess material, loamy topsoil, aggregate surface course, and culvert pipe placement. The schedule emphasizes that bid prices must be entered for all items, with unit prices prevailing in case of quantity variations. It also highlights a Tribal Employment Rights Ordinance (TERO) tax of 4.5% on 48.77% of the contract award due to the project's location on federal and tribal property. The document also specifies that no government-furnished materials will be provided.
    The document outlines the U.S. Army Corps of Engineers, Omaha District's "ELEMENT 1 PHASE 2 (2025) LOWER BRULE NORTH ECOSYSTEM RESTORATION PROJECT" in Lower Brule, SD, issued in November 2025. This project, identified by Contract No. W9128F25C00xx and Solicitation No. W9128F26BA003, focuses on ecosystem restoration along the Missouri River. The comprehensive plan includes detailed landscape site plans for seven areas (LS100-LS107), planting plans (LP100-LP106), and various civil/grading sheets (CG101-CG104, CG201-CG209, CG301-CG310, CG401, CG501-CG504). Key elements include site removal, existing terrain plans, and specific details for gravel trails, planting benches, interceptor ditches, and a parking area. Construction notes emphasize the approval of staging areas, repair of access roads, and topsoiling/seeding of disturbed areas. The project involves extensive civil engineering, including profiles and cross-sections for trails, ditches, and roads, indicating a significant infrastructure component for ecosystem restoration.
    The "Lower Brule North Ecosystem Restoration Project" is an Invitation for Bid (IFB) for construction services, 100% set-aside for small businesses with an estimated value between $10 million and $25 million. Bids are due by December 17, 2025, at 2:00 PM local time and must be submitted electronically via email to Nadine Catania and Clinton Russell. A bid guarantee of 20% of the bid price or $3,000,000.00, whichever is less, is required, submitted on Standard Form 24. A mandatory organized site visit is scheduled for November 24, 2025, at 11:00 AM Central Time at Wata Onazin Park in Lower Brule, SD. The project involves riparian planting, gravel paths, stone-toe revetment, and an L-head dike to protect a peninsula. Bidders must adhere to Buy American Statute requirements and are responsible for all applicable taxes. Questions must be submitted through ProjNet by December 2, 2025, at 3:00 PM Central Time. The contract will be a firm-fixed-price award based on the most advantageous price to the Government, with bids publicly opened electronically via a Teams Meeting an hour after the submission deadline.
    The Lower Brule North Ecosystem Restoration Project, Element 1, Phase 2, outlines general construction requirements, measurement, and payment procedures for work at the Big Bend Dam, SD, in November 2025, under the US Army Corps of Engineers, Omaha District. Key aspects include environmental protection, storm water control, and as-built documentation. The document specifies detailed processes for various construction activities like L-head breakwater structures, riprap placement, excavation (cut and fill), topsoil, aggregate surface course, and culvert placement. It also covers administrative and special requirements, including electronic payroll submissions, veterans' employment emphasis, contractor performance evaluations, antiterrorism/operations security provisions, and procedures for time extensions due to unusually severe weather. It also specifies a construction warranty period of one year.
    Similar Opportunities
    Lake Traverse Bil Gate Repairs and Modernization
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is a total small business set-aside opportunity. This procurement involves repairs and modernization efforts related to dam infrastructure, categorized under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, with an estimated construction magnitude between $1,000,000 and $5,000,000. Interested bidders must submit their proposals electronically via the Solicitation Module of the PIEE suite, with specific instructions provided for vendor registration and bid submission. For further inquiries, potential bidders can contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Mid-Bay James Island Phase 1 Ecosystem Restoration
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Baltimore District, is soliciting bids for the Mid-Bay James Island Phase 1 Ecosystem Restoration project located in Dorchester County, Maryland. This contract involves the construction of dikes and the dredging and stockpiling of sand materials to facilitate ecosystem restoration efforts in the Chesapeake Bay area. The project is significant for enhancing the ecological health of the region and is expected to have a construction value between $100 million and $250 million, with a duration of approximately 540 calendar days from the Notice to Proceed. Interested contractors can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or call 410-962-4978 for further details.
    LAC QUI PARLE EMERGENCY SPILLWAY REPAIR PHASE 2
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Phase 2 Emergency Spillway Repair project at the Lac Qui Parle Dam located near Montevideo, Minnesota. This construction project involves significant work, including the replacement of existing grouted riprap with a reinforced concrete spillway slab, removal and replacement of asphalt surfacing, and the establishment of a temporary flood protection system. The project is critical for maintaining the integrity of the dam and ensuring safety in the surrounding areas, with an estimated contract value between $5 million and $10 million. Interested small business concerns must submit their bids in accordance with FAR Part 14 sealed bidding procedures, and can contact Karl Just at karl.p.just@usace.army.mil or Kevin Henricks at kevin.p.henricks@usace.army.mil for further information.
    Levee Repairs at Saline County Levee District #2, Ray-Carroll Bottoms Consolidated Levee District of Carroll County, and Howard County Levee District #4
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is preparing to solicit bids for a construction contract focused on repairing levees in Saline County, Carroll County, and Howard County, Missouri. The project entails comprehensive construction services, including earthwork operations, erosion repair, levee surfacing, and the installation of drainage structures, all aimed at restoring the integrity of the levee systems. This initiative is crucial for maintaining flood protection and ensuring the safety of the surrounding communities. The contract will be a Firm-Fixed Price (FFP) agreement, with an estimated value between $250,000 and $500,000, and is set aside exclusively for small businesses. Interested contractors should prepare for a site visit and ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, which are anticipated to be due within 60 days of the solicitation release. For further inquiries, contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 3-2025, which involves the construction and maintenance of a saltwater barrier sill along the Mississippi River. The project requires contractors to mobilize, perform dredging operations, and provide standby services, with an estimated construction magnitude between $10 million and $25 million, depending on available funding. This contract is crucial for environmental management and flood control in the region, ensuring the integrity of the river ecosystem. Interested bidders must register with the System for Award Management (SAM) and comply with various guidelines, including the Equal Opportunity clause, with bids evaluated based on price and compliance. For further information, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    Sebewaing River South Levee Repairs
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the Sebewaing River South Levee Repairs project, which is exclusively set aside for small businesses. The project involves mobilizing equipment to Sebewaing, Michigan, and executing tasks such as clearing vegetation, installing steel sheet piles, earth anchors, and backfilling/grading along the Sebewaing River and south levee. This work is crucial for maintaining the integrity of the levee system, which plays a vital role in flood management and environmental protection. Interested contractors can reach out to Sally Artz at sally.artz@usace.army.mil or call 313-226-2206 for further details regarding the solicitation.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    South Haven and New Buffalo Maintenance Dredging
    Buyer not available
    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.
    Draft Tube Bulkhead Seal Replacement, Ft Randall Dam, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the replacement of draft tube bulkhead seals at Fort Randall Dam in Pickstown, South Dakota. The project involves supplying new rubber seal assemblies, side retaining bars, leaf springs, and other ancillary materials for eight existing bulkheads that are experiencing wear and leakage. This procurement is critical for maintaining the operational integrity of the dam, ensuring effective sealing performance to prevent water leakage. Proposals are due by December 9, 2025, and interested small businesses must contact Brandie Murphy at Brandie.L.Murphy@usace.army.mil for further details. The contract is subject to strict quality control and compliance with federal standards, with a completion timeline of 190 calendar days post-award.