LD 2&3 Traveling Mooring Bitt System Rehabilitation
ID: W912ES25RA008Type: Solicitation
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 RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, St. Paul District, is soliciting qualifications for the Lock and Dam Numbers 2 & 3 Traveling Mooring Bitt System Rehabilitation Project. This opportunity represents Phase I of a two-phase design-build procurement process aimed at identifying qualified teams to undertake essential rehabilitation work on critical navigation facilities along the Upper Mississippi River. The project, with an estimated budget between $10 million and $25 million, includes the replacement of existing mooring bitts and concrete foundation work, while ensuring compliance with safety and environmental standards. Interested firms must submit their qualifications within 30 days of the announcement, and further details can be obtained by contacting Roberta L. Just at roberta.l.just@usace.army.mil or Sharon Frank-Scheierl at Sharon.m.frank-scheierl@usace.army.com.

    Files
    Title
    Posted
    The document pertains to the solicitation number W912ES25RA008, titled "LD 2&3 Traveling Mooring Bitt Rehabilitation," which outlines the requirements for submitting proposals for the initial phase of the procurement process. It requests detailed information from offerors intending to participate, including identification of entities in joint ventures, authorized points of contact (POC), and any amendments acknowledged by the offeror. Each offeror must provide a Unique Entity ID (UEI) and describe the nature of any teaming arrangements. Furthermore, the signatory verifies their authority to bind the offeror, confirming their intent to submit a price and technical proposal for the project's second phase if requested. The document is designed to ensure that only qualified entities can communicate with the government in relation to the solicitation and participate in subsequent phases of the bidding process, emphasizing adherence to procurement integrity and accurate representation of business associations. Overall, this solicitation is an essential step in the federal contracting process, aiming to facilitate the rehabilitation project through qualified contractor engagement.
    The U.S. Army Corps of Engineers, St. Paul District, is seeking qualifications for the Lock and Dam Numbers 2 & 3 Traveling Mooring Bitt System Rehabilitation Project. This project represents Phase I of a two-phase design-build procurement process, intended for firms with expertise in heavy civil engineering. The government plans to shortlist three to five qualified teams based on their submissions to the Request for Qualifications (RFQ) within 30 days of the announcement. Once selected, these teams will move on to Phase II, where they will provide detailed proposals including technical and pricing information. The expected budget for the project ranges from $10 million to $25 million. Key work includes the replacement of existing mooring bitts, concrete foundation work, and adherence to safety and environmental standards, particularly concerning lead and asbestos management. Evaluation of submitted proposals in Phase I will focus on technical approach and past performance with no price evaluation yet. Proposals will be rated based on strengths and weaknesses, and any significant deficiencies will exclude firms from further consideration. The document includes clear guidelines for proposal structure, submission, and evaluation criteria. Overall, the purpose is to identify competent contractors to undertake essential rehabilitation work for critical navigation facilities on the Upper Mississippi River.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) aims to gather evaluation metrics regarding contractors' performance on federal contracts. It begins with the contractor completing essential contract information, including company details, contract specifications, project description, and its relevance. The form prompts clients to assess the contractor's performance using a rating scale from Exceptional (E) to Unsatisfactory (U) across various criteria, including quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety, and general compliance. Specifically, clients provide feedback through detailed evaluations emphasizing factors like contract compliance, communication, workforce management, and overall satisfaction. The government reserves the right to verify information relayed in this questionnaire. This structured assessment is crucial for ensuring that contractors meet essential standards and helps the federal government make informed decisions regarding past performance in future RFPs and contracts. Overall, the questionnaire serves as a vital tool for quality assurance and performance evaluation in government procurement processes.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Dept Of Defense
    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
    Dept Of Defense
    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.
    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.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.
    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.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 9-2025 (OM25009)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Southwest Pass Hopper Dredge Contract No. 9-2025, which involves the provision of a fully crewed and equipped self-propelled trailing suction hopper dredge. The primary work will take place in the Southwest Pass area of the Mississippi River, with potential extensions to other regions within the New Orleans District and possibly the Galveston and Mobile Districts. This dredging project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction cost ranging between $10 million and $25 million. Interested bidders must register with the System for Award Management (SAM) and are encouraged to contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, as a bid opening date will be established in a future amendment.
    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. 1-2025 (OM25275)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging work on the Mississippi River, specifically from Baton Rouge to the Gulf of Mexico, under the project titled "Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025." The project requires the provision of a fully crewed and equipped cutterhead dredge with a discharge size of 30 inches or greater, along with all necessary equipment and crew, to ensure the maintenance of critical waterways. This dredging operation is vital for maintaining navigability and supporting commercial shipping activities in the region, with an estimated contract value ranging between $10 million and $25 million. Interested vendors should register on Sam.gov and may contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further details regarding the solicitation process.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 2-2025, which involves the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge for dredging work in the Mississippi River Southwest Pass and potentially other areas. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. Bidders must comply with various certification processes, including registration with the System for Award Management (SAM), and adhere to environmental safety guidelines, with the contract awarded to the responsible lowest-priced bidder. Interested parties can contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further details, and the bid opening date will be announced in future amendments.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Dept Of Defense
    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.