Saginaw CDF Incremental Dike Raising Phase II
ID: W911XK25BA004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST DETROITDETROIT, MI, 48226-5000, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF DREDGING FACILITIES (Z2KF)

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 Saginaw CDF Incremental Dike Raising Phase II project, which involves the construction of an incremental raising of the south perimeter dike at the Saginaw Confined Disposal Facility (CDF). The project requires mobilization to the site, clearing of vegetation, grading and compacting the dike, and planting grass for erosion control, with specific elevation targets for the dike and weir. This construction is critical for maintaining the integrity of the dike system, which plays a vital role in environmental management and flood control. Interested contractors should note that the bid due date has been extended to April 10, 2025, and can contact Noah Bruck at noah.r.bruck@usace.army.mil or Michelle Barr at michelle.barr@usace.army.mil for further information.

    Files
    Title
    Posted
    The document outlines the bid summary for the Saginaw CDF Incremental Dike Raising Phase II project issued by the US Army Corps of Engineers. It details various job categories, their estimated quantities, unit prices, and total bid amounts offered by multiple contractors. Notable categories include mobilization and demobilization, topographic surveys, vegetation clearing, and raised dike construction, with associated costs varying significantly among bidders. The abstract includes entries from offerors such as Anglin Civil LLC, Architectural Consulting Group of Chicago, Inc., and others, highlighting a competitive bidding process. The document confirms the receipt of amendments and the corresponding bid securities, evidencing compliance with bidding requirements. The purpose of this file is to evaluate construction proposals to ensure the project remains within budgetary constraints while adhering to federal contracting procedures. It serves as a formal record to facilitate transparency in the procurement process for public infrastructure projects, ensuring that the best value is obtained for public funds.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    Mid-Bay James Island Phase 1 Ecosystem Restoration
    Dept Of Defense
    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 revised 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.
    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.
    TEXAS CITY SHIP CHANNEL, TEXAS PLACEMENT AREAS NO. 5 AND 6 IMPROVEMENTS
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for improvements to the Texas City Ship Channel, specifically focusing on Placement Areas No. 5 and 6 in Galveston County, Texas. The project entails raising a 3-foot dike, repairing outfall structures, and may also involve ditching and dewatering activities. These enhancements are crucial for maintaining the operational integrity of dredging facilities in the area. Interested small businesses are encouraged to participate, as this is a total small business set-aside opportunity, with the bid opening rescheduled to December 15, 2025, at 10:00 CT. For further inquiries, potential bidders can contact Ashley Griffin at ashley.l.griffin@usace.army.mil or by phone at 409-766-3180.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.
    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.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Big Bend Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is set aside for small businesses, involves construction services including riparian planting, gravel paths, stone-toe revetment, and the construction of an L-head dike, with an estimated contract value between $10 million and $25 million. The initiative aims to restore and enhance the ecosystem along the Missouri River, ensuring compliance with stringent safety and environmental standards throughout the construction process. Bids are due by December 17, 2025, at 2:00 PM Central Time, and interested contractors should direct inquiries to Clinton Russell or Nadine Catania via email.
    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.
    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. 3-2025 (OM25277)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging services in the Southwest Pass area of the Mississippi River, specifically from Mile 6.0 AHP to Mile 19.5 BHP. The project requires the provision of a fully crewed and equipped cutterhead dredge with a discharge size of 30 inches or greater, and the construction magnitude is estimated to be between $10 million and $25 million. This dredging work is crucial for maintaining navigable waterways, ensuring safe passage for commercial vessels in the region. Interested contractors should prepare for the solicitation, which is expected to be issued on or about December 9, 2024, and must register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.