Yuba Gravel Placement
ID: W9123825QA015Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

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, is soliciting proposals for the "Yuba Gravel Placement" project, which aims to enhance spawning habitats for Central Valley spring-run Chinook salmon and steelhead in the lower Yuba River, California. The project involves the delivery and placement of approximately 5,000 short tons of gravel and cobble, utilizing a sluicing method, to rehabilitate geomorphic processes and aquatic habitats impacted by sedimentation. This initiative is critical for improving ecological functionality in a designated critical habitat area, with a total contract value estimated at $45 million, structured as a firm fixed-price agreement. Interested small businesses, particularly those owned by women, must submit their proposals by the specified deadlines, and inquiries can be directed to Henry Barron at henry.d.barron@usace.army.mil or DeAnna L. Wagner at DeAnna.L.Wagner@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Englebright Lake - Yuba River Gravel Placement project, mandated by the National Marine Fisheries Service, aims to augment gravel in the lower Yuba River to enhance spawning habitats for Central Valley spring-run Chinook salmon and steelhead. Located below Englebright Dam in Yuba County, California, the project will involve the delivery and placement of approximately 5,000 short tons of gravel using a sluicing method. Work is permissible only between July 15 and September 1 each year, adhering to a strict Biological Opinion. The Contractor is responsible for labor, materials, and equipment, and must restore any roadway damage incurred during operations. Payment will follow completion of tasks, subject to verification by the Government's Contracting Officer Representative (COR). Compliance with safety regulations, including specific insurance requirements, is mandatory. A Quality Assurance Surveillance Plan will oversee contractor performance, requiring regular inspections and prompt remediation of any deficiencies. The contract comprises a Base Year and four optional years, with expectations for ongoing ecological improvement in the river ecosystem through careful gravel placement and monitoring.
    The U.S. Army Corps of Engineers (Corps) is soliciting contractors for a gravel placement project in the lower Yuba River, mandated by a Biological Opinion from the National Marine Fisheries Service (NMFS). The initiative aims to enhance spawning habitats for anadromous salmonids, specifically targeting the critical habitats of Central Valley spring-run Chinook salmon and steelhead. The project will span from July 15 to September 1 of each year, involving the delivery of up to 15,000 short tons of gravel and cobble, with specific size requirements outlined in the contract. Contractors must ensure compliance with rigorous safety standards and demonstrate adequate capacity for timely service delivery. They are responsible for the transportation and placement of gravel in water via sluicing methods, while maintaining adherence to environmental regulations. Payment will be contingent upon completed tasks verified by the Contracting Officer Representative (COR). The document also stipulates a Quality Assurance Surveillance Plan for ongoing monitoring of contractor performance throughout the duration of the project. This undertaking underscores the Corps' commitment to ecological restoration as part of broader environmental conservation efforts in aquatic habitats.
    The document addresses inquiries related to the work on gravel placement along the Lower Yuba River, specifically downstream from HWY 20 bridge, confirming its accuracy and alternative work locations as needed. It clarifies that bids for the optional purchase and delivery of gravel must be based on a full requirement of 10,000 short tons, with deliveries occurring in 1,000 short ton increments due to site space limitations. Additionally, questions about the provision and installation of road repair materials specifically related to on-site maintenance within the EDR GAIP are referred to a revised Performance Work Statement (PWS). The overall purpose of the document is to provide specific responses regarding the execution and logistical requirements of the project, ensuring clear understanding for potential contractors involved in these federal procurement processes. This reflects the importance of precise communication within government RFP structures to facilitate successful project outcomes.
    The document outlines a government solicitation for a contract with Women-Owned Small Businesses (WOSB) related to the purchase and delivery of gravel and associated services for a project termed "Yuba Gravel Placement." The contract is valued at approximately $45 million and includes various line items for gravel purchase, placement, and related tasks, all on a firm fixed-price basis. Key details include the requisition number, contract number, and deadlines for offer submission and bid responses. The place of performance is specified as Englebright Dam Road in Smartsville, California, with all deliveries required to be made to the U.S. Army Corps of Engineers in Sacramento. Additionally, the document lists several federal acquisition clauses and terms regarding compliance with small business regulations, including set-aside provisions for economically disadvantaged women-owned businesses and others, demonstrating the government's commitment to promoting equity in contracting. Further, it establishes inspection and acceptance procedures along with payment terms post-delivery. This solicitation serves a dual purpose: to facilitate essential construction services while fostering opportunities for small and women-owned businesses within federal contracting frameworks.
    This document serves as an official amendment to a federal solicitation and contract modification, detailing procedures for acknowledging changes and extending offer deadlines. The amendment specifies that offers must be received by the designated deadline, with options for acknowledgment through signatures or electronic communication. It highlights that modifications may be necessary if prior offers are to be changed, also emphasizing timely submission. The document presents an updated Performance Work Statement (PWS) now requiring road repairs post-project completion. Changes in attachments are noted, including the addition of a revised PWS and updates to wage determinations. This modification reflects the ongoing efforts to ensure compliance with contractual obligations while addressing project requirements effectively. Key personnel are identified, including the contracting officer and the contractor's authorized signatory, ensuring accountability for the completion of the amended solicitation processes. The overall purpose is to keep all parties informed about the updated procedural framework, ensuring clarity in ongoing federal contracting efforts.
    The Gravel/Cobble Augmentation Implementation Plan (GAIP) for the Englebright Dam Reach of the Lower Yuba River, California, outlines a strategy to enhance salmon spawning habitat impacted by sedimentation from hydraulic mining and the dam's construction. Key sections cover the geomorphic history of the Yuba River, the necessity for gravel and cobble to support spring-run Chinook salmon populations, and the implications of the Englebright Dam on the river’s ecological health. The document details various gravel augmentation methods, presenting options like truck-mounted conveyor belts and sluicing while identifying the drawbacks of each technique. The 2007 pilot project demonstrated the process of gravel injection, but results indicated that the injected material did not disperse as expected, underscoring the challenges in river rehabilitation. The report emphasizes a long-term plan for monitoring and adapting strategies to ensure sustained improvements in salmonid habitat. The study integrates extensive literature to substantiate the necessity for augmentation, advocating a process-based approach towards river restoration that aligns with regulatory frameworks and ecological restoration principles. This initiative reflects broader federal and state efforts to support aquatic life by ensuring river health and biodiversity.
    The document outlines Wage Determination No. 2015-5659 issued by the U.S. Department of Labor, specifying minimum wage and fringe benefit requirements for contractors under the Service Contract Act in California, particularly Sutter and Yuba Counties. It states that contracts awarded after January 30, 2022, must pay a minimum wage of $17.75 per hour, while earlier contracts not renewed after this date must pay at least $13.30 per hour. The document lists detailed wage rates for various occupational classifications, emphasizing a consideration for fringe benefits, such as health and welfare contributions, vacation time, and sick leave. Notably, workers in specific classifications may be entitled to higher minimum wages under applicable executive orders. The document also explains the conformance process for any unlisted occupations, requiring contractors to submit classification requests to ensure compliance with wage rates. The information is vital for contractors bidding on federal projects as it ensures adherence to labor standards and protections for workers under government contracts, supporting ethical and fair labor practices in the hiring and compensation of service employees.
    Lifecycle
    Title
    Type
    Yuba Gravel Placement
    Currently viewing
    Presolicitation
    Similar Opportunities
    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.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project involves dredging the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This maintenance is crucial for ensuring safe navigation in an area known for its significant hazards, including shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work anticipated to begin in summer 2026. For further details, including submission instructions, bidders can contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    Sacramento River Erosion Contract 3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to solicit bids for the Sacramento River Erosion Contract 3. This contract involves construction activities related to the erosion control of the Sacramento River East Levee, categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The project is critical for maintaining the integrity of the levee system, which plays a vital role in flood risk management and environmental protection in the region. Interested contractors can reach out to Julie Maxwell at julie.maxwell@usace.army.mil or by phone at 916-557-7989, or Jennifer Wheelis at Jennifer.l.wheelis@usace.army.mil or 916-616-5987 for further details regarding the pre-solicitation notice.
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Supply and Delivery of Campsite and Impact Site Rock
    Dept Of Defense
    The U.S. Army Corps of Engineers, Savannah District, is seeking qualified contractors for the supply and delivery of campsite and impact site rock, specifically approximately 3,374 tons of Crush and Run Rock and 3,374 tons of 132 Screenings. These materials are essential for soil stability and will be used as a base layer topping for campsites at the J. Strom Thurmond Dam and Lake in Appling, Georgia, with delivery scheduled between February 20 and March 1, 2026. Interested firms must ensure that the materials are clean and free of contaminants, comply with safety and environmental regulations, and coordinate deliveries with the Contracting Officer’s Representative. Responses to this Sources Sought Notice are due by December 29, 2025, and should be submitted electronically to Stephanie Brasier at Stephanie.brasier@usace.army.mil, with a copy to Paul R. Gaeth at paul.r.gaeth@usace.army.mil.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.
    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.
    The delivery of approximately 8000 yds. of ¾ minus
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking quotations for the delivery of approximately 8,000 cubic yards of ¾ minus crushed rock for the Malheur National Wildlife Refuge, located in Oregon. The crushed rock must comply with Oregon state specifications for Harney County gravel roads and is intended for use in maintaining the refuge's infrastructure. The delivery period is set from April 1, 2026, to June 30, 2026, and contractors are required to submit invoices electronically while adhering to various FAR clauses. Interested parties can contact Joni Dutcher at jonidutcher@fws.gov or by phone at 571-447-8387 for further details.