William H Harsha Lake Asphalt Repair
ID: W912QR25QA017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

MAINTENANCE OF DAMS (Z1KA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the William H. Harsha Lake Asphalt Repair project in Batavia, Ohio. This contract focuses on repairing and sealing road and parking lot surfaces, with an estimated cost between $50,000 and $100,000, and is designated as a 100% small business set-aside under NAICS code 237310. The project is critical for maintaining public infrastructure safety and functionality, requiring contractors to complete their proposals electronically by March 25, 2025, with work expected to commence within 10 days of award and be completed within 90 days. Interested contractors can contact Marcie Billotto at marcie.billotto@usace.army.mil or by phone at 502-315-6213 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an RFP related to asphalt maintenance projects at William H Harsha Lake. It details various repair and maintenance tasks needed for different areas, such as the Main Dam Road surface, parking lots, and side roads. The base item listed is the repair of the Main Dam Road surface, with additional options including asphalt seal maintenance for a parking lot, crack filling for Slade Road and Tailwater Road, and asphalt seal maintenance for Tailwater parking lot. The proposed areas for maintenance cover approximately 10,000 square feet for the parking lot and a combined length of 3.68 miles of roadway requiring crack fill. This RFP emphasizes the government's commitment to maintaining and ensuring the safety and functionality of public infrastructure, while providing potential contractors with clear specifications for bidding on these essential maintenance projects.
    The file outlines a government solicitation (W912QR25QA017) for a construction contract focused on repairing and sealing road and parking lot surfaces at William H. Harsha Lake in Batavia, Ohio. This project has an estimated cost between $50,000 and $100,000 and is designated as a 100% small business set-aside under NAICS code 237310, with a size standard of $45 million. Contractors are required to complete their proposal submissions electronically by March 25, 2025, and must be registered in the System for Award Management (SAM). The contract will be awarded based on the lowest price, with a timeframe stipulating that work is to commence within 10 days of award and be completed within 90 days. The document includes stipulations for performance and payment bonds, specifications on the project requirements, and clauses necessary for compliance with federal regulations, including payment procedures through Electronic Funds Transfer. A site visit is encouraged to assess the project's complexities. Key points also emphasize the importance of adhering to standard construction regulations and submission processes as outlined in various FAR clauses.
    This document outlines the scope of work for asphalt repair and seal at William H Harsha Lake, overseen by the U.S. Army Corps of Engineers. The contractor is responsible for providing all necessary materials, personnel, and equipment to repair and seal road and parking lot surfaces, including specific tasks such as removing failed asphalt, applying new layers, and sealing edges. Several options are provided for additional work, including sealing maintenance on the parking lot and filling cracks along various roads. The contractor must adhere to strict timelines, safety protocols, and training requirements, submitting detailed plans before commencing work. Working hours are defined, along with requirements for pre-work conferences and site visits. The contractor is required to maintain a high level of safety, ensuring public protection and adherence to environmental regulations. Other obligations pertain to personnel qualifications, quality control, and thorough reporting of accidents and damages. The document emphasizes compliance with federal, state, and local laws, ensuring effective project completion while safeguarding government property and personnel. Overall, the purpose of this document aligns with government procurement processes by facilitating the maintenance of public facilities while ensuring safety, accountability, and efficiency in project execution.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Cannelton Fixed Weir Repair project located at the Cannelton Locks & Dam in Indiana. The project aims to address critical repair needs of the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring access to the hydroelectric power plant throughout the construction process. This initiative underscores the federal commitment to maintaining essential hydroelectric facilities and adhering to environmental and safety standards. Interested contractors must submit price proposals ranging from $250,000 to $500,000 by March 12, 2025, and are required to register in the SAM database. For further inquiries, contact Joel Huberman at joel.huberman@usace.army.mil or call 502-315-7409.
    FY25 Maintenance Dredge - Fairport Harbor, OH
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the FY25 Maintenance Dredge project at Fairport Harbor, Ohio. This procurement involves the construction of non-building facilities, specifically focusing on maintenance dredging to ensure navigable waterways and support maritime operations. The project is categorized as a Total Small Business Set-Aside, emphasizing the government's commitment to engaging small businesses in federal contracting opportunities. Interested parties can reach out to Andrew Hewitt at andrew.b.hewitt@usace.army.mil or Jeffrey G. Ernest at jeffrey.g.ernest@usace.army.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    Buckhorn Tailwater Streamline Erosion
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
    W91237-25-B-0002 Fishtrap Spillway Machinery Platform Concrete Rehab
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for the Fishtrap Spillway Machinery Platform Concrete Rehabilitation project, identified by solicitation number W91237-25-B-0002. This procurement aims to rehabilitate the concrete structures associated with the Fishtrap Spillway, which is crucial for maintaining the integrity and functionality of the facility. The project falls under the NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. Interested contractors can reach out to Brittani Stowers at brittani.l.stowers@usace.army.mil or by phone at 304-399-5762, or Robert Rounay at robert.p.rounay@usace.army.mil or 304-399-6256 for further details.
    Dam Toe Access Road Paving, East Brimfield Lake, Fiskdale, MA
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the paving of the Dam Toe Access Road at East Brimfield Lake in Fiskdale, Massachusetts. This project falls under the category of highway, street, and bridge construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses in the industry. The successful contractor will play a crucial role in enhancing access and safety for the area, which is vital for maintenance and operational activities at the lake. Interested parties should reach out to Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902 for further details and to express their interest in this opportunity.
    Repair and Repave Slocum Road
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Repair and Repave Slocum Road project at Marine Corps Air Station Cherry Point, North Carolina. This initiative aims to engage qualified contractors to perform essential pavement repairs and related minor work, ensuring compliance with safety and environmental standards while maintaining operational efficiency. The project, identified as WO7364434, has an estimated cost between $250,000 and $500,000 and is expected to be completed within 120 days of contract award. Interested contractors must submit their proposals by March 25, 2025, with a site visit scheduled for March 4, 2025. For further inquiries, potential bidders can contact Josef Vallone at josef.a.vallone.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. This project aims to enhance the safety and structural integrity of the dam, addressing critical geological concerns identified in previous assessments, including karst features and internal erosion risks. The modifications are essential for maintaining effective water management and flood control, reflecting the government's commitment to infrastructure resilience. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211 for further details, with proposals due by April 18, 2025, and an estimated contract value between $250 million and $500 million.
    CAPE COD CANAL, SERVICE ROAD PAVING
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking qualified contractors for the paving of the service road at Cape Cod Canal in Bourne, Massachusetts. This procurement is categorized as a Total Small Business Set-Aside under FAR 19.5, specifically targeting firms within the Highway, Street, and Bridge Construction industry (NAICS code 237310). The project is crucial for maintaining the infrastructure and accessibility of the canal area, which plays a significant role in local transportation and logistics. Interested parties should reach out to Kyle Hall at kyle.k.hall@usace.army.mil or call 978-318-8479 for further details regarding the submission process and any upcoming deadlines.
    MATOC Contractors Only - Repair for Covington Emergency Levee Amendment 0002
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Covington Emergency Levee Repair project in Covington, Kentucky, specifically targeting slope stabilization and outlet pipe replacement along the Licking River. The project requires contractors to provide design and construction services that adhere to federal and state standards, addressing critical geological challenges and ensuring the levee's long-term functionality to protect local residents from flooding. Interested contractors must submit their proposals by March 10, 2025, with evaluations based on the lowest price, and are required to comply with labor standards under the Davis-Bacon Act. For further inquiries, potential bidders can contact Jennifer King at jennifer.l.king2@usace.army.mil or Matthew Judd at Matthew.p.judd@usace.army.mil.
    Off Base Lease (OBL-2): Wright-Patterson Air Force Base, Ohio
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design-Build project at Wright-Patterson Air Force Base in Kettering, Ohio, under the Off Base Lease (OBL-2) initiative. This procurement is aimed at military construction and maintenance tasks, with a contract value estimated between $500,000 and $1,000,000, and proposals are due by March 13, 2025. The project emphasizes compliance with federal labor laws, including the Davis-Bacon Act, and requires contractors to maintain accurate as-built drawings and participate in inspections. Interested contractors should contact Megan Murphy at megan.r.murphy@usace.army.mil for further details and are encouraged to attend a site visit scheduled for February 26, 2025, with an RSVP deadline of February 24, 2025.