Garrison Dam Spillway – West Abutment Lignite Drain
ID: W9128F25BA010Type: Solicitation
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of the Garrison Dam Spillway West Abutment Lignite Drain project located in Riverdale, North Dakota. This Two-Step Sealed Bid solicitation requires contractors to submit technical proposals that demonstrate relevant experience and construction approaches, with a focus on excavation and drainage techniques, due by July 8, 2025. The project, valued between $1 million and $5 million, aims to enhance drainage infrastructure and ensure compliance with federal standards, including labor regulations and environmental protections. Interested contractors should contact Karen Caskey at Karen.l.caskey@usace.army.mil for further details and to access the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is an Abstract of Offers for Construction for Solicitation Number W9128F25BA010, titled "GARRISON DAM SPILLWAY - WEST ABUTMENT LIGNITE DRAIN." It details bids received from two offerors, IGE and RME LTD, LLC, for various construction items. The project was issued on October 29, 2025, and bids were opened on December 2, 2025. The document outlines estimated quantities, unit prices, and total estimated amounts for items such as mobilization, remaining work, cleanouts, manholes, slotted PVC pipe, fine filter aggregate, and coarse filter aggregate. The total base amount for IGE was $3,099,671.15, and for RME LTD, LLC was $2,979,190.00. The government's estimate for the project is $3,099,671.15. The solicitation involved 8 amendments, with IGE acknowledging 2 and RME LTD, LLC acknowledging 3. Nadine L. Catania, Contracting Officer for the US Army Corps of Engineers, certified the opening and recording of offers.
    The document outlines a Bidding Proposal Schedule for a project, detailing seven base items: Mobilization and Demobilization, All Remaining Work, Cleanouts, Manhole, 12-inch Slotted C900 PVC Pipe, Fine Filter Aggregate, and Coarse Filter Aggregate. Each item requires a unit price and total cost, with specific quantities provided for the pipe and aggregates. The total base amount is the sum of these items. Crucial notes emphasize that all items must have prices entered, otherwise, the proposal will be rejected. In cases of discrepancies, lump-sum prices prevail over total amounts, and unit prices take precedence over CLIN amounts. Modifications to proposals must clearly state adjustments to each affected lump-sum and unit price. Quantities for unit-priced items are estimates, and the unit price will govern in case of overruns or underruns, subject to the "Variation in Estimated Quantities" clause in the General Conditions.
    This bidding proposal schedule outlines the requirements for a project, detailing various items needed for completion. The base items include mobilization, cleanouts, manholes, and specific quantities of filtered aggregates, all to be bid by contractors. Each item has designated job quantities and unit types, with costs to be filled in by bidders. Bidders must enter prices for all items individually, as total submissions without itemized prices will be rejected. In cases where discrepancies arise between lump-sum and unit prices, the latter will be considered final. Additionally, estimated quantities may lead to adjustments based on actual work done, adhering to defined General Conditions regarding price variations. The document's structure is systematic, featuring item numbers, descriptions, quantities, and space for unit prices and costs. This RFP is indicative of local or state government projects looking to secure competitive bids while ensuring accountability and clarity in pricing for required construction tasks.
    The document outlines two critical attachments for government contractors: "Attachment A - Experience in Relevant Projects" and "Attachment B - Past Performance Questionnaire." Attachment A requires contractors to detail their experience in relevant projects, including project title, location, contract type, dollar amounts, delivery method, role of the firm, a brief project description, explanation of relevancy, construction dates, and contact information for both the customer and procuring activity. This attachment allows offerors to demonstrate their qualifications by providing specific examples of past work. Attachment B, the NAVFAC/USACE Past Performance Questionnaire, is a comprehensive form for clients to evaluate a contractor's performance across various categories such as quality, schedule, customer satisfaction, management, cost, and safety. Clients rate performance using a defined scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) and provide detailed narratives. This questionnaire helps government agencies assess a contractor's past performance to evaluate risk in future solicitations. Both attachments are crucial for federal, state, and local RFPs, enabling a thorough assessment of a contractor's experience and past performance.
    The document outlines the requirements for contractors to present their experience in relevant projects as part of federal government RFPs, federal grants, and state/local proposals. It includes an attachment that lists specific information needed from contractors, such as project details, contract type, delivery methods, contractor roles, and project descriptions emphasizing relevance. Additionally, a Past Performance Questionnaire is provided for evaluation of contractors by clients, covering contract information, performance ratings (Exceptional to Unsatisfactory), and safety compliance. The purpose is to assess contractors' qualifications and performance history to ensure their capability to fulfill project requirements effectively. The document emphasizes transparency and due diligence by allowing government entities to contact references for verification of provided information, making it crucial for contractors to maintain a strong track record and superior client relationships. Overall, the document serves as a framework to evaluate contractors' past performances and expertise within the federal and state contracting landscape.
    The US Army Corps of Engineers, Omaha District, is soliciting bids for the West Abutment Lignite Drain project at Garrison Dam, ND (Solicitation Number W9128F25BA010). The project involves installing an 812-foot long, 12-inch slotted PVC drain with a two-stage gravel and sand filter, two cleanouts, and a manhole connecting to an existing 18-inch PVC collector pipe. The work includes general construction requirements, payment procedures, and administrative requirements such as safety, environmental protection, and quality control. The contractor will be responsible for site preparation, utility protection, care of water, surveying, and adherence to specific payment terms for mobilization, demobilization, and various construction components. Cybersecurity and veteran employment are also emphasized.
    The U.S. Army Corps of Engineers, Omaha District, is undertaking a 90% design project for the West Abutment Lignite Drain at Garrison Dam, North Dakota, under Solicitation No. W9128F25BA010. The project involves installing a new 12-inch slotted C900 PVC pipe system, including cleanouts and a new manhole (MH-3A), to tie into the existing 18-inch SCH 80 PVC collector pipe. This initiative also requires protecting existing concrete flumes, manholes, drains, and dam safety instrumentation. The design incorporates detailed plans, profiles, and cross-sections for the drain, with specific attention to existing ground conditions, 3A lignite limits, and bank run gravel. The contractor must adhere to precise survey control data, manage reservoir levels, and ensure proper utility location and protection during construction. Geotechnical data reports are referenced for detailed material and site conditions. The project aims to enhance drainage infrastructure while ensuring safety and environmental compliance.
    The West Abutment Lignite Drain project at Garrison Dam, ND, under the US Army Corps of Engineers, involves the installation of an 812-foot long, 12-inch slotted PVC drain, surrounded by a gravel and sand filter system. Key aspects include two cleanouts and a manhole connecting to an existing collector pipe. The contract emphasizes the importance of safeguarding existing infrastructures during excavation, obtaining necessary permits, and notifying the Contracting Officer before starting excavation work. The General Requirements section outlines the project's scope, payment procedures, quality control, safety, and coordination with existing contractors. Contractors are required to manage utilities, protect existing works, and ensure a high level of environmental protection. The project follows strict guidelines for payment procedures, detailing mobilization, demobilization, and unit price options related to the materials and labor required. The importance of employing qualified veterans and adhering to cybersecurity and anti-terrorism measures throughout the project is also highlighted. Overall, the document lays out comprehensive guidelines for ensuring successful project execution while guaranteeing safety and compliance with federal regulations.
    The document pertains to the design and construction plans for the West Abutment Lignite Drain at Garrison Dam in North Dakota. It presents a comprehensive 90% design drawing set prepared by the U.S. Army Corps of Engineers, Omaha District, complete with detailed drawings, site layouts, and project notes intended for prospective contractors. Key components include drainage system modifications, existing site conditions, and specifications for new pipe installations and manholes. Each drawing outlines structural requirements, including materials specifications (e.g., C900 PVC pipes), excavation limits, and grading provisions. Crucially, the general notes emphasize the necessity of coordinating with the Contracting Officer Representative (COR) regarding reservoir conditions and future forecasts to ensure safety during construction. Mitigation efforts and protections against disturbances to existing infrastructure, such as flumes and manholes, are mandatory to avoid additional costs to the government. This documentation serves as part of a federal grant process aimed at improving infrastructure integrity within the Corps' jurisdiction, ensuring compliance and strategic management of environmental and civil engineering project risks.
    This document is a Two-Step Sealed Bid Invitation for Bid (IFB) for the Garrison Dam Spillway - West Abutment Lignite Drain Construction Effort in Riverdale, ND. The project, valued between $1,000,000 and $5,000,000, requires a firm-fixed-price contract. Step One involves submitting technical proposals without pricing, which will be evaluated for acceptability based on past performance and construction approach. Accepted firms proceed to Step Two, where they submit sealed price bids using 100% final technical specifications. Key requirements include demonstrating relevant experience in excavation on steep slopes, shoring, groundwater control, and pipe installation. The technical proposal must detail the management, schedule, and technical approaches, including methods for groundwater control, excavation, backfill, and shoring. Offers are due by June 24, 2025, at 02:00 PM local time and must be submitted electronically.
    This document outlines a Two-Step Sealed Bid solicitation (W9128F25BA010) for the Garrison Dam Spillway West Abutment Lignite Drain Construction project in Riverdale, ND, valued between $1,000,000 and $5,000,000. Step One requires technical proposals without pricing information, focusing on past performance and construction approach, due by July 8, 2025, at 2:00 PM local time. Offerors must submit a minimum of two and a maximum of five relevant past performance projects within the last seven years, with one project valued at over $250,000, demonstrating experience in specific excavation and drainage techniques. The technical approach must detail management, schedule, technical methods (groundwater control, excavation, backfill, shoring), and major activities. Only technically acceptable firms from Step One will proceed to Step Two, where final specifications and a bid schedule will be provided for sealed price bids. Performance and payment bonds, each 100% of the contract price, are required, and liquidated damages of $706.00 per day will apply for delays. All offers must be submitted electronically.
    This document, General Decision Number: ND20250047, effective May 30, 2025, outlines prevailing wage rates and labor requirements for heavy construction projects in Bottineau, Burke, McHenry, McLean, Pierce, Renville, and Sheridan Counties, North Dakota. It details minimum wage rates under Executive Orders 14026 ($17.75/hour for contracts after January 30, 2022) and 13658 ($13.30/hour for contracts between January 1, 2015, and January 29, 2022), with annual adjustments. The determination includes specific wage and fringe benefit rates for various crafts like Carpenters, Electricians, Power Equipment Operators, Laborers, Cement Masons, Ironworkers, and Truck Drivers. It also notes Executive Order 13706, which mandates paid sick leave for federal contractors. The document provides a detailed wage determination appeals process and explains different rate identifiers (Union, Union Average, Survey, State Adopted) and their update mechanisms.
    This document is Amendment 0001 to Solicitation W9128F25BA010, issued by the KO Contracting Office. The purpose of this amendment is to update the evaluation criteria for Factor 1 Past Performance, specifically by adding relevancy of submitted projects criteria and quality criteria. Additionally, the current Davis Bacon Wage Determination has been included. The amendment modifies the attachments table, changing the "DB Wages ND20250047 2.28.2025" attachment to "DB Wage Det ND20250047 5.30.2025" and updating its page count. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offer is not rejected.
    Amendment 0002 to Solicitation W9128F25BA010 extends the due date for offers to July 8, 2025, at 2:00 PM Central Time. This amendment clarifies that PROJNET will not be reopened for additional questions. All other terms and conditions of the original solicitation remain unchanged. The document details the administrative process for acknowledging amendments, emphasizing timely receipt of acknowledgments to avoid rejection of offers. It also outlines procedures for modifying submitted offers in response to amendments. The change specifically updates the "Response Due Time Zone" from Central Standard Time (UTC -6) to Central Daylight Time (UTC -5) and the "Response Due Date" from June 24, 2025, to July 8, 2025.
    The document outlines a government solicitation for the construction of the Garrison Dam Spillway West Abutment Lignite Drain in Riverdale, ND. The Request for Proposals (RFP) establishes a Two-Step Sealed Bidding process, divided into Step-One for technical proposals and Step-Two for price bids. The project, open to both small and large businesses, has a budgeted range between $1 million and $5 million. Key requirements for Step-One include the submission of a detailed technical proposal addressing past performance and construction approach within a 25-page limit. The proposals must demonstrate relevant experience and technical capability. Step-Two offers will be solicited only from those whose proposals are rated "Acceptable" during Step-One. The contract will adhere to standard conditions, including performance and payment bonds, and compliance with federal regulations regarding labor standards, environmental impact, and project execution. The document emphasizes the need for thorough site inspection and adherence to submission guidelines to ensure eligibility for award. This highlights the government's effort to engage qualified contractors through robust vetting and bidding processes, ensuring successful project execution while maintaining compliance with strict federal standards.
    The Garrison Dam Spillway West Abutment Lignite Drain Construction solicitation outlines the government's requirements for a firm-fixed-price construction project in Riverdale, ND, with an estimated cost between $1,000,000 and $5,000,000. The procurement process employs a Two-Step Sealed Bidding method requiring qualified bidders to submit technical proposals first, followed by sealed financial bids from those with acceptable proposals. Offerors must demonstrate relevant past performance, technical competence, and provide a comprehensive construction approach while adhering to numerous federal contracting regulations. Key submission elements include detailed past project experiences, a description of construction methods, risk management strategies, and compliance with specific labor and economic standards. Bidders are advised to conduct thorough site inspections and submit documents electronically by specified deadlines. The solicitation underscores transparency, competition, and the importance of using small and large businesses to foster economic inclusivity.
    The document outlines the Request for Proposal (RFP) for the construction of the West Abutment Lignite Drain at Garrison Dam in Riverdale, ND. It follows a Two-Step Sealed Bid procurement method intended for both small and large businesses with an anticipated contract value between $1,000,000 and $5,000,000. The RFP includes detailed requirements for prospective contractors to submit technical proposals and pricing bids. Step-One requires submission of a technical proposal addressing project scope, relevant past experiences, and an understanding of construction methods, while Step-Two entails submitting sealed bids from firms with acceptable technical proposals. The evaluation will consider past performance and construction approach based on specific criteria outlined in the RFP. Compliance with federal guidelines and submission instructions is mandatory. The process is designed to ensure that only technically capable firms participate in bidding, promoting a fair and efficient procurement process for the government project.
    The document outlines wage determination for heavy construction projects in specific counties of North Dakota, effective from May 30, 2025. It emphasizes compliance with the Davis-Bacon Act, which mandates minimum wage rates outlined by Executive Orders 14026 and 13658 for federal contracts. Contracts initiated or extended post-January 30, 2022, require at least $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, are required to pay a minimum of $13.30 per hour. Various classifications and their respective wage rates are detailed for occupations such as carpenters, electricians, and laborers, along with fringe benefits. The document also mentions paid sick leave provisions under Executive Order 13706 and provides guidance on wage determination appeals. The structured information regarding wage rates and classifications aims to ensure that contractors fulfill legal obligations related to worker compensation in federally funded projects, thereby underscoring the importance of fair labor practices in public construction efforts.
    The document outlines an amendment to a solicitation, identifying changes to the evaluation criteria and updating wage determination details. The amendment specifies the procedures for acknowledging receipt of the amendment and making changes to offers already submitted. Offerors must propose modifications through designated channels before the specified deadline to avoid rejection. Key updates include the addition of relevancy and quality criteria for past performance evaluations, along with the incorporation of the current Davis Bacon wage determination. The document also revises the attachments, indicating the removal of outdated wage determination documents and the addition of the updated DB wage determination dated May 30, 2025. Overall, the amendment maintains all other terms and conditions of the original solicitation unchanged while clarifying critical updates needed for compliance and evaluation purposes.
    This document serves as an amendment to a solicitation, specifically outlining changes regarding the submission of offers and the modification of contracts. The amendment extends the due date for offers to 2:00 PM Central Daylight Time on July 8, 2025, and specifies that additional questions will not be permitted through the online platform, ProjNet. Acknowledgment of this amendment is essential for all offerors, who must indicate receipt in a specified manner to avoid rejection of their offers. The document details the modification of contracts, reaffirming that all other terms and conditions remain unchanged. Additionally, it includes formalities such as contractor information, contracting officer signatures, and the issuance details relevant to this amendment. Overall, the amendment is crucial for ensuring compliance and adherence to the revised timeline within the scope of the federal solicitation process.
    This document, General Decision Number: ND20250047, effective May 30, 2025, outlines prevailing wage rates for heavy construction projects in Bottineau, Burke, McHenry, McLean, Pierce, Renville, and Sheridan Counties, North Dakota. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour for contracts entered into or extended on or after January 30, 2022) and 13658 ($13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022, and not extended). The document specifies wage rates and fringes for various crafts, including Carpenters, Electricians, Power Equipment Operators, and Laborers, and includes provisions for paid sick leave under Executive Order 13706. It also provides guidance on wage determination appeals and the classification of wage rates (union, survey, and state-adopted).
    The document outlines wage determinations and requirements for heavy construction projects in select counties of North Dakota, under the Davis-Bacon Act. It details minimum wage rates set by Executive Orders 14026 and 13658, applicable based on contract entry dates. For contracts initiated or extended post January 30, 2022, a minimum hourly wage of $17.75 is mandated, while those awarded between January 1, 2015, and January 29, 2022, require at least $13.30 per hour. Additionally, prevailing wage rates for various classifications of construction labor, such as carpenters, electricians, and operators, are provided alongside their respective fringe benefits. Specific provisions for paid sick leave under Executive Order 13706, applicable to qualifying federal contracts, are also noted. The document concludes with information regarding the appeals process for wage determinations, emphasizing the channels for requesting reviews and submitting appeals to the Department of Labor. Overall, the file serves as a guideline for contractors to ensure compliance with wage and labor standards in federally funded construction projects.
    Similar Opportunities
    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.
    Sources Sought - Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) Minot AFB, ND
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research for potential prime contractors capable of constructing the Ground Based Strategic Deterrent (GBSD) Sentinel Consolidated Vehicle Maintenance Complex (CVMC) at Minot Air Force Base, North Dakota. The project involves the design and construction of two facilities, including a Vehicle Maintenance Facility and a Vehicle Operations Facility, with a total construction magnitude estimated between $100 million and $250 million. This initiative is critical for enhancing the operational capabilities of the military and ensuring compliance with Department of Defense standards, including cybersecurity requirements. Interested contractors must demonstrate their bonding capability of at least $123 million and submit their qualifications by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil.
    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.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Buyer not available
    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.
    Z--DK-DAM TENDER HOUSE ROOF REPLACEMENT
    Buyer not available
    The Bureau of Reclamation, part of the U.S. Department of the Interior, is soliciting bids for the DK-Dam Tender House Roof Replacement project located at Heart Butte Dam in North Dakota. The project involves the removal and replacement of approximately 2,388 square feet of roofing, installation of five passive roof vents, and the addition of galvanized sheet metal gutters, with a total contract value estimated to be less than $25,000. This procurement is set aside for small businesses and requires adherence to specific material standards, including laminated architectural asphalt shingles and compliance with federal, state, and local regulations. Interested contractors must submit their offers by December 11, 2025, at 2:00 PM Mountain Time, and can direct inquiries to Darlene Dillon at DDillon@usbr.gov or by phone at 406-247-4037.
    Sources Sought - Construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC), Minot AFB, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is conducting market research for the construction of the Ground Based Strategic Deterrent (GBSD) Sentinel Security Forces Operations Complex (SFOC) at Minot Air Force Base, ND. This opportunity is aimed at identifying potential prime construction contractors with bonding capabilities of at least $108 million to undertake a project valued between $100 million and $250 million, which includes the construction of a 132,000 square foot facility with various operational spaces and site improvements. Interested contractors must submit their qualifications and relevant project experience by 2:00 PM CST on December 30, 2025, to Ariel Vogan at ariel.e.vogan@usace.army.mil, with a courtesy copy to John Solomon at john.s.solomon@usace.army.mil, as the anticipated contract award is expected in the third or fourth quarter of fiscal year 2027.
    ND OMAD 2024(1) MINUTEMAN MISSILE ACCESS ROAD
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the ND OMAD 2024(1) Minuteman Missile Access Road project, which involves the re-graveling and reconditioning of up to 73.742 miles of existing gravel roads in North Dakota. The project aims to enhance access roads critical for the Air Force's Intercontinental Ballistic Missile Program, ensuring necessary maintenance and improvements to support military operations. With a total project budget of $4,335,000.00, the work includes adding four inches of aggregate surface course and is set to be completed by August 14, 2026. Interested small businesses must submit their bids by December 16, 2025, and can contact Douglas Whitcomb or Leslie Karsten at cflacquisitions@dot.gov for further information.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Buyer not available
    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.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Buyer not available
    The Department of Defense, through 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 construct an enhanced sediment retention structure to increase storage capacity and manage river flows, involving tasks such as mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for maintaining the structural integrity of the sediment retention system and mitigating potential flooding risks in the area. Interested contractors should note that the project is valued between $25 million and $100 million, with proposals due by December 19, 2025, at 11:00 AM PST, and a mandatory site visit scheduled for December 1, 2025. For further inquiries, contact Andrew Sprys at andrew.j.sprys@usace.army.mil or Nicole Adams at Nicole.A.Adams@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.