Dump Station Removal & Area Improvement
ID: W912ES24Q0137Type: Combined Synopsis/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

REPAIR OR ALTERATION OF RECREATION FACILITIES (NON-BUILDING) (Z2PA)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the removal of a dump station and subsequent area improvements at the Cross Lake Recreation Area in Minnesota. The project encompasses a range of tasks including site preparation, installation of concrete sidewalks, a new pergola with a swing, a bike rack, landscaping with native plants, and the installation of flagpoles, all to be executed in compliance with local and federal regulations. This opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated budget between $100,000 and $250,000, and the completion deadline is June 27, 2025. Interested contractors should contact Karl Just at karl.p.just@usace.army.mil or Jesse Onkka at Jesse.L.Onkka@usace.army.mil for further details.

    Files
    Title
    Posted
    The document outlines a federal Request for Proposals (RFP) for construction work at the Cross Lake Recreation Area in Minnesota, focusing on removing an existing dump station and conducting site improvements. The project scope includes site preparation, installation of concrete sidewalks, a new pergola with a swing, a bike rack, landscaping, and the installation of flagpoles. This RFP is exclusively set aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, with an estimated budget between $100,000 and $250,000. The contractor will be responsible for all work performed in compliance with local and federal regulations, including safety requirements. Key deliverables include earthwork, concrete installations, landscaping with native plants, and installation of amenities. The timeline for project completion is set for June 27, 2025. Additionally, various proposals, including insurance documentation and product specifications, are required, alongside a pre-construction meeting for project coordination. Overall, the RFP emphasizes the execution of quality construction practices, community-oriented amenities, and adherence to specific regulations applicable to government contracts.
    The document outlines specifications for a ground-set tapered aluminum flagpole (Model EC45 IH) manufactured by EDER FLAG MANUFACTURING COMPANY. The flagpole, made of 6063T6 aluminum, features an exposed height of 45 feet with a total height of 49 feet. It includes essential components such as a revolving, non-fouling internal halyard truck made from cast aluminum, a gearless direct drive winch, and a stainless steel aircraft cable for durability. Foundation requirements mandate 3000 PSI concrete and specific installation materials, including galvanized steel components and hardwood wedges. Notably, the document highlights the need for careful assembly due to the pole shipping in two sections, necessitating lubrication of specific parts to ensure a tight fit. The project emphasizes adherence to precise engineering and construction standards, typical in government-related Requests for Proposals (RFPs) and contracts, ensuring the flagpole's longevity and safety in various environments. Overall, the document serves as a technical guideline for acquiring and installing a flagpole, reflecting typical federal and state requirements in public infrastructure projects.
    The document provides detailed installation instructions for internal halyard flagpoles, outlining steps for both the foundation and accessory assembly. Key procedures include digging an appropriate foundation hole, setting the foundation tube, and ensuring plumb alignment before pouring concrete. It also covers the assembly of the flagpole sections, including checking for burrs, applying lubrication, and securing the pole in the foundation. Subsequent sections detail the assembly of winch and cable systems, emphasizing safety measures such as proper cable handling and precautions near power lines. The document stresses the importance of below-joint sling placement when hoisting sectional poles to prevent accidental separation. Illustrations are included to guide through various assembly stages, such as inserting cable through the flagpole and properly securing winch components. This comprehensive guide aims to ensure correct installation and maintenance of flagpoles, which are crucial for displaying flags in various government and civic contexts, reflecting compliance with federal and local regulations during procurement processes like RFPs and grants. The documentation ultimately underscores the importance of safety and accuracy in flagpole installation to uphold standards in public spaces.
    The document outlines a planned construction project, highlighting key elements such as site location, structural design, and specific installation tasks. It presents a site map that marks the work location, along with sketches showing existing structures in black and proposed new constructions in color. Various photographs provide visual references to support the project scope, including the proposed installation areas for flags and a concrete pad situated outside an office side door. This document serves as part of the preparatory materials for responding to government RFPs or grants, indicating a comprehensive approach to project planning and design. The attention to detail in illustrating both existing conditions and intended changes reflects a structured methodology for compliance with procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    NESP Mooring Facilities at Lock & Dam 7 near La Crescent, MN
    Active
    Dept Of Defense
    The Department of the Army, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of mooring facilities at Lock & Dam 7 in La Crescent, Minnesota, under Solicitation No. W912ES24B0013. The project aims to enhance navigation efficiency by constructing a mooring cell and a mooring dolphin, which includes tasks such as dredging, concrete fabrication, and structural metal work, adhering to strict federal standards for quality and environmental compliance. This initiative is part of the Navigation and Ecosystem Sustainability Program for the Mississippi River Basin, emphasizing the importance of maintaining navigational infrastructure while mitigating ecological impacts. Interested small businesses must submit their bids by September 17, 2024, at 2:00 PM Central Time, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or 651-290-5422 for further information. The estimated contract value ranges from $5 million to $10 million.
    Lock and Dam 3 Comfort Station Roof Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the roof replacement of the Comfort Station at Lock and Dam No. 3 in Welch, Minnesota. The project involves removing the existing roofing system and installing a new PVC roofing system, with a focus on ensuring proper drainage and compliance with safety and environmental standards. This procurement is part of the government's initiative to maintain critical infrastructure and is exclusively set aside for small businesses under NAICS code 238160, with an estimated construction cost below $25,000. Interested contractors must submit their offers by the revised deadline of August 23, 2024, and are encouraged to contact Theodore Hecht at the provided email or phone number for further details.
    USACE SPK DBB Construction – USFS Campground – Lake Isabella, CA
    Active
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Sacramento District, is seeking qualified contractors for a design-bid-build (DBB) construction project at the Lake Isabella Campground in California. The project involves the construction of new campsites and associated facilities for the United States Forest Service (USFS), including drainage systems, group campsites, vault-toilet buildings, and road improvements, with an estimated construction timeline of 365 days from the Notice to Proceed. This opportunity is significant for enhancing recreational facilities and ensuring proper drainage and access, with a projected contract value between $1,000,000 and $5,000,000. Interested contractors are invited to submit capability statements to Gilbert Coyle at gilbert.coyle@usace.army.mil by 8:00 a.m. Pacific Time on September 25, 2024.
    Hazardous Tree Removal & Right of Way Corridor Clearing, Barren River Lake
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for hazardous tree removal and right-of-way corridor clearing at Barren River Lake in Kentucky. The contractor is required to provide all necessary materials, labor, and supervision to complete the project, which must commence within 10 calendar days of contract award and be finalized within 120 calendar days. This project is critical for maintaining the integrity of the site and is set aside exclusively for small businesses, with a focus on service-disabled veteran-owned and women-owned enterprises. Interested contractors are encouraged to attend a site visit on September 18, 2024, with proposals due by September 20, 2024, at 2:00 PM Eastern Time. For further inquiries, contact Maxwell Williams at maxwell.s.williams@usace.army.mil or by phone at 502-315-6493.
    Veterans Point Trail Rehabilitation
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is soliciting proposals for the Veterans Point Trail Rehabilitation project located in the Black Hills National Forest, South Dakota. This project aims to restore a trail along Highway 385 near Pactola Lake Dam, ensuring safety and structural integrity while adhering to federal and state regulations. The contract, with a budget range between $250,000 and $500,000, requires contractors to submit sealed offers that meet specified technical, performance, and insurance requirements, with a proposal submission deadline set for October 7, 2024, by 5:00 P.M. EST. Interested contractors can contact Brenda Simmons at brenda.simmons@usda.gov for further information.
    Gull Lake Recreation Area Interpretive Signage with Dakota and Anishinaabe Languages Incorporated
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, St. Paul District, is seeking a contractor to design, fabricate, deliver, and install six interpretive outdoor educational panels at the Gull Lake Recreation Area in Brainerd, Minnesota. The panels will cover various Corps missions, including recreation, safety, operations, and environmental topics, and will feature bilingual content in English, Dakota, and Anishinaabe languages. This project is significant for enhancing public understanding of the area's history and environmental stewardship, with a completion deadline for installation set for May 19, 2025. Interested firms must demonstrate competency in Dakota and Anishinaabe languages, provide recent relevant performance examples, and submit their quotes by September 24, 2024, to John P. Riederer at John.P.Riederer@usace.army.mil.
    Missouri River Navigation Obstruction Removal #2
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), Kansas City District, is soliciting bids for the removal of navigation obstructions on the Missouri River, specifically targeting underwater bedrock at various locations including Mullanphy Bend and Weldon Springs. The project entails dismantling, demolition, removal, and disposal of these obstructions, requiring mobilization to the obstruction areas with floating plant equipment, as land access is unavailable. This initiative is crucial for maintaining navigability on the river and ensuring compliance with state and federal Clean Water Act guidelines. The contract is a 100% Total Small Business Set-Aside, with a firm-fixed-price award anticipated between $5 million and $10 million. Interested contractors can reach out to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil for further details.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking Other Heavy and Civil Engineering Construction services for the Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area project in Plaquemines Parish, Louisiana. The work involves the removal and disposal of material within the Hopper Dredge Disposal Area (HDDA) Borrow Site and restoration areas. The estimated construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about July 11, 2024, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov and are encouraged to register as an Interested Vendor on beta.SAM.gov. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Kiasutha Recreational Area Redevelopment Phase 2
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is seeking contractors for the Kiasutha Recreational Area Redevelopment Phase 2 project located in the Allegheny National Forest, Kane, Pennsylvania. The project involves the renovation of three existing buildings, demolition of two buildings, utility improvements, and associated site work, with a construction timeline set between October 2024 and June 2025. This redevelopment is crucial for enhancing recreational facilities within the national forest, ensuring improved access and utility for visitors. The contract, valued between $1 million and $5 million, is a total small business set-aside, with bids expected to be solicited around September 25, 2024. Interested parties should contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil for further details.
    Patoka Lake Articulated Block Gutter Replacement
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the Patoka Lake Articulated Block Gutter Replacement project located in South Dubois County, Indiana. The project involves the removal of existing concrete gutters and the construction of a new flexible articulated concrete block mattress to improve drainage along the dam. This initiative is crucial for maintaining the infrastructure and safety of the Patoka Lake Dam, ensuring compliance with environmental and safety regulations. Interested small businesses must submit their proposals within 60 days, with an estimated project cost between $500,000 and $1 million. For further inquiries, contact Thomas Nauert at thomas.s.nauert@usace.army.mil or call 502-315-6502.