Barren River Lake Hydraulic Replacement
ID: W912QR25QA011Type: Solicitation
AwardedMay 20, 2025
$239.8K$239,832
AwardeeTotal Solution LLC Santa Ana CA 92704 USA
Award #:W912QR25PA016
Overview

Buyer

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

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

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 Barren River Lake Hydraulic Replacement project in Glasgow, Kentucky. The project involves the removal and replacement of critical hydraulic system components at the Barren River Lake control tower, requiring contractors to ensure operational continuity of one hydraulic system during repairs while adhering to safety and environmental regulations. This initiative is vital for maintaining infrastructure reliability and operational efficiency, with an estimated contract value between $100,000 and $250,000, exclusively set aside for small businesses. Interested contractors must submit their sealed bids by May 2, 2025, and can direct inquiries to Kelly Duggins at Kelly.S.Duggins@usace.army.mil or by phone at 502-315-6013.

    Point(s) of Contact
    Files
    Title
    Posted
    The Barren River Lake Hydraulic Components Replacement project entails the removal and replacement of critical hydraulic system components at the Barren River Lake control tower in Glasgow, Kentucky. The contractor is tasked with ensuring that one hydraulic system remains operational during repairs, adhering to strict safety and environmental regulations. Key elements of the project include the replacement of control stands, flexible lines, valves, and fittings, all of which must meet specified materials and pressure standards. The contractor is also responsible for managing spills and maintaining clean work areas while coordinating closely with U.S. Army Corps of Engineers personnel. The work is scheduled to commence within 14 days of receiving the Notice to Proceed and must be completed within 120 calendar days. Comprehensive contractor oversight and quality control measures will be implemented, including accident prevention plans, safety training, and adherence to all relevant federal, state, and local laws. The documentation also emphasizes the importance of employing qualified personnel and fostering cooperation with other contractors to ensure the project's success. This undertaking reflects the government's commitment to maintaining infrastructure and ensuring operational reliability.
    The document outlines a government solicitation for the Barren River Lake Hydraulic Replacement project. The primary purpose of this solicitation (W912QR25QA011) is to invite bids for the construction, alteration, or repair work required at Barren River Lake, Glasgow, KY. Key details include a 120-day performance period starting 14 days after the Notice to Proceed, with sealed bids due by 10:00 AM on February 21, 2025. The estimated project cost ranges from $100,000 to $250,000, and it is set aside entirely for small businesses, with a firm fixed pricing arrangement. The scope of work involves replacing specific hydraulic components and requires adherence to federal, state, and local regulations. Contractors are expected to include all necessary costs in their bids, including labor, permits, and equipment. The document also emphasizes security measures related to safeguarding covered defense information and compliance with relevant cybersecurity standards. Interested offerors must complete the required representations and certifications electronically in the System for Award Management (SAM) and acknowledge receipt of amendments to the solicitation. This solicitation exemplifies the government's commitment to involving small businesses in infrastructure improvement projects.
    The solicitation pertains to the Barren River Lake Hydraulic Replacement project in Glasgow, Kentucky, under solicitation number W912QR25QA0110002. The government seeks qualified contractors to perform construction work, including replacing hydraulic components at the Barren River Lake location. Bids must be submitted by May 2, 2025, with a competitive, sealed bid process and an expected contract value between $100,000 and $250,000, exclusively open to small businesses. The project timeline involves a start within 14 days of receiving a Notice to Proceed, with completion expected in 120 calendar days. All bids should include required performance and payment bonds, and only offers adhering to the detailed specifications outlined will be considered. A site visit for contractors is scheduled for February 18, 2025, facilitating onsite assessment of the work conditions. In addition to standard bidding requirements, compliance with cybersecurity standards, particularly NIST SP 800-171, is mandated for contractors to safeguard covered defense information. The document outlines various FAR and DFARS clauses relevant to the contract, ensuring adherence to government contracting regulations. This initiative underscores the commitment to maintaining high standards in federal infrastructure projects while fostering small business participation.
    This document primarily addresses an amendment to a solicitation related to a federal contract, detailing changes to submission deadlines and site visit schedules stemming from weather-related concerns. The amendment extends the submittal date to May 2, 2025, at 10:00 AM EST, and specifies a new site visit on April 23, 2025, at 10:00 AM CT. It elaborates on clarifications provided in response to various contractor inquiries, affirming that the contract involves both the procurement of components and their installation. Key clarifications regarding technical specifications are included, such as the operational context of hydraulic controls and the replacement of hydraulic lines. Additionally, an updated attachment list is provided, indicating the inclusion of reference materials for contractors. The overall amendment ensures all terms from the original solicitation remain intact, while critical changes and updates are communicated transparently, reflecting standard procedures in federal procurement processes.
    Lifecycle
    Similar Opportunities
    Lagoon Aeration
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking contractors for a lagoon aeration project located in Mammoth Cave, Kentucky. The project entails the installation of a microbubble lagoon aeration system, including the provision of electrical infrastructure and third-party inspections, as detailed in the Statement of Work. This procurement is vital for enhancing sewage treatment facilities, ensuring compliance with environmental standards. The contract value is estimated between $25,000 and $100,000, with the solicitation expected to be released around November 20th. Interested parties can contact Jordan Carlsen at jordan.carlsen@usda.gov or by phone at 463-212-3000 for further information.
    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.
    Braddock Locks and Dam Hydraulic System Upgrades
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Braddock Locks and Dam Hydraulic System Upgrades project. This procurement involves the demolition and removal of the existing hydraulic system and its components, followed by the installation of a new hydraulic system, including supporting controls and buildings. The project is critical for maintaining the operational integrity of the dam, ensuring safety and efficiency in water management. The contract, valued between $10 million and $25 million, is set aside exclusively for small businesses, with a completion timeline of 730 calendar days after the issuance of the Notice to Proceed. Interested bidders must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE). For further inquiries, contact Mario Dizdarevic at Mario.Taormina@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil.
    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.
    Intake Gate Replacement ? Unit 3, Table Rock Powerhouse, Taney County, Missouri
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the replacement of the intake gate at Unit 3 of the Table Rock Powerhouse located in Taney County, Missouri. This project involves construction services with a magnitude estimated between $1,000,000 and $5,000,000, specifically targeting small businesses as it is a total small business set-aside under the SBA guidelines. The intake gate is a critical component of the powerhouse's operations, ensuring efficient water management and power generation. Interested contractors should note that a site visit is scheduled for November 4, 2025, at 10:00 AM CST, and inquiries can be submitted through the designated RFI platform until November 11, 2025. For further information, potential bidders can contact Shelby Henson at Shelby.m.henson@usace.army.mil or by phone at 501-340-1249.
    Dynapower Pump Replacement 2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for the Dynapower Pump Replacement 2025 under Solicitation Number W912EE26QA004. This procurement, designated as a 100% Small Business Set-Aside, aims to replace an outdated Dynapower pump and servo/moog valve on the Mat Sinking Unit's Matboat 4801, with the contract to be awarded based on capability and price, favoring the lowest-priced, capable offer. The successful contractor will be responsible for delivering the replacement pump by January 9, 2026, or one week after the award, with quotes due electronically by December 31, 2025, at 11:00 AM. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or R. Brent Hester at richard.b.hester@usace.army.mil.
    Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking bids for the construction of flood control projects in the Amite River and Comite River Basin, specifically the Comite River Diversion Project at the Bayou Baton Rouge Rock Chute in East Baton Rouge Parish, Louisiana. The project involves a range of construction activities, including the clearing and grubbing of land, the construction of diversion channels and pump stations, roadway modifications, and the installation of various infrastructure components, with an estimated contract value between $25 million and $100 million. This initiative is crucial for enhancing flood management and infrastructure resilience in the region, ensuring compliance with federal and state regulations throughout the construction process. Interested contractors must register with the System for Award Management (SAM) and submit their bids by February 6, 2025, with inquiries directed to Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or by phone at 504-862-2466.
    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.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
    BGAD GENERATOR MAINT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide maintenance and repair services for generators at the Blue Grass Army Depot (BGAD) in Richmond, Kentucky. The contract will cover a 12-month base year with two additional option years, commencing on February 1, 2026, and will require the contractor to perform annual preventative maintenance, battery replacements, and quarterly inspections of Uninterruptible Power Supplies (UPS), among other responsibilities. This procurement is critical for ensuring the operational reliability of power systems at BGAD, which supports various military operations. Interested small businesses must submit proposals to Aaron Banther at aaron.c.banther.civ@army.mil, with a site visit scheduled for January 5, 2026, to better understand the scope of work.