Charles Page Floodwall Erosion Repair
ID: W912BV25R0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST TULSATULSA, OK, 74137-4290, 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
  1. 1
    Posted Feb 5, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 12, 2025, 12:00 AM UTC
  3. 3
    Due Mar 20, 2025, 8:00 AM UTC
Description

The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting bids for the Charles Page Floodwall Erosion Repair project. This procurement aims to address erosion issues by updating plan sheet CP500 to include additional concrete reinforcement details, ensuring the structural integrity of the floodwall. Such repairs are critical for maintaining the effectiveness of flood control measures in the region. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Shawn Brady at shawn.brady@usace.army.mil or by phone at 918-669-4984.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
WD Mayo Tainter Gate Repair
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the WD Mayo Tainter Gate Repair project, which involves repairing tainter gates at the W.D. Mayo Lock and Dam in Oklahoma. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will utilize a Best Value Trade Off (BVTO) procurement method, culminating in a firm-fixed price contract. The project is part of the McClellan-Kerr Arkansas River Navigation System and is significant for maintaining essential infrastructure. Interested bidders should note that the Request for Proposal (RFP) is expected to be released around April 4, 2025, with proposals due on or about May 4, 2025. For further inquiries, interested parties can contact Tyler Hastings at tyler.a.hastings@usace.army.mil or Shawn Brady at shawn.brady@usace.army.mil.
Sacramento River Erosion (SRE) C5 Pioneer Bridge Levee Improvements
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting bids for the Sacramento River Erosion (SRE) C5 Pioneer Bridge Levee Improvements project, which aims to enhance levee stability and reduce the risk of erosion-related failures along a 1,000-foot stretch of the Sacramento River in California. The project involves design-bid-build construction services that include the installation of various erosion protection measures, such as rock bank protection and a soil-rock mix, as well as the removal of existing materials to ensure a solid foundation for the new structures. This initiative is critical for maintaining the integrity of the levee system and protecting the surrounding environment, particularly for local fisheries. Interested small businesses should contact Melissa Denigris at MELISSA.A.DENIGRIS@USACE.ARMY.MIL or call 916-557-5137 for further details, as this opportunity is set aside for total small business participation.
Keystone Lake Tainter Gate Repairs
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa District, is seeking responses for a Sources Sought announcement regarding repairs to the tainter gates at Keystone Lake Dam in Tulsa County, Oklahoma. The project involves a design-bid-build approach to repair the floating bulkhead and tainter gates, including inspections, nondestructive testing of welds, replacement of compromised steel, sandblasting, painting, and replacement of anodes and seals. This procurement is crucial for maintaining the structural integrity and operational functionality of the dam, with an estimated construction cost between $5 million and $10 million and a duration of approximately 730 calendar days. Interested firms must respond by 2:00 PM CST on April 14, 2025, and can contact Tyler Godwin at tyler.l.godwin@usace.army.mil for further details.
Dashields Locks and Dam Upper Guide Wall Stabilization
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Dashields Locks and Dam Upper Guide Wall Stabilization project in Corapolis, PA. This project involves the construction of two stone buttresses on either side of the Upper Guide Wall along the Ohio River, aimed at enhancing the structural integrity of the guide wall and adjacent sheet pile wall. The contract, which is set aside for small businesses, has an estimated value between $5 million and $10 million and requires completion within 365 calendar days after the notice to proceed. Interested bidders must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to participate, with the Invitation for Bid expected to be issued on January 29, 2025. For further inquiries, contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil.
Saginaw CDF Incremental Dike Raising Phase II
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the Saginaw CDF Incremental Dike Raising Phase II project. This project involves the construction of Phase II of the incremental raising of the south perimeter dike at the Saginaw Confined Disposal Facility (CDF), which includes site mobilization, clearing vegetation, grading, compacting, and planting grass for erosion control. The work is critical for maintaining the integrity of the dike and ensuring environmental safety at the facility. Interested small businesses must submit their bids by April 10, 2025, and can direct inquiries to Noah Bruck at noah.r.bruck@usace.army.mil or Michelle Barr at michelle.barr@usace.army.mil for further information.
Stoplogs and Lifting Beam for Copan Lake, OK
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Tulsa District, is preparing to solicit bids for the fabrication, painting, and delivery of four stoplogs and one lifting beam for Copan Lake, Oklahoma. This procurement is critical for maintaining the operational integrity of the lake's infrastructure, which plays a vital role in water management and flood control. The solicitation is set to be issued on or about April 16, 2024, with a closing date approximately 30 days thereafter, and is exclusively open to small businesses. Interested contractors must ensure they are registered in the System for Award Management (SAM) and include the applicable NAICS code 332312 in their profiles. For further inquiries, potential bidders can contact Miguel Martinez at miguel.a.martinez2@usace.army.mil or by phone at (918) 669-7366.
Riprap Overlay at Pomona Lake Project Dam
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Kansas City office, is soliciting bids for the Riprap Overlay at Pomona Lake Project Dam. The project involves regrading and overlaying damaged portions of the upstream embankment slope with bedding and riprap, repairing access roads, debris removal, and other incidental work, all taking place near Pomona, Kansas in Osage County. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the importance of supporting veteran entrepreneurship in federal contracting. Interested parties are encouraged to attend an organized site visit scheduled for March 13 at 10 AM, and for further inquiries, they can contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Matthew Wilson at MATTHEW.J.WILSON@usace.army.mil.
Ediz Hook Revetment, Port Angeles, WA
Buyer not available
The Department of Defense, through the Department of the Army's W071 Endist Seattle office, is seeking qualified contractors for the Ediz Hook Revetment project located in Port Angeles, Washington. This procurement is a Sources Sought notice aimed at identifying small businesses capable of providing services related to the maintenance of non-building facilities, specifically under the NAICS code 237990. The project is critical for ensuring the structural integrity and functionality of the revetment, which plays a vital role in coastal protection and infrastructure resilience. Interested parties are encouraged to reach out to McKenna Rain at mckenna.t.rain@usace.army.mil or by phone at 206-316-4434 for further details, as this opportunity is set aside for total small business participation.
Ice Harbor Dam Intake Gate Hydraulic System Upgrades
Buyer not available
The Department of Defense, through the U.S. Army Engineer District Walla Walla, is soliciting bids for the Ice Harbor Dam Intake Gate Hydraulic System Upgrades project, which aims to modernize the hydraulic systems at the Ice Harbor Lock and Dam in Washington. The project involves the installation of new hydraulic cylinder assemblies, support beams, hydraulic power units, and control panels, along with the removal of outdated equipment and rehabilitation of existing facilities, all while adhering to strict safety and environmental regulations. This initiative is crucial for maintaining the integrity and reliability of regional water management infrastructure. Interested small businesses must submit sealed offers by April 18, 2025, with an estimated project cost between $10 million and $25 million; inquiries can be directed to Preston Jones at Preston.E.Jones@usace.army.mil or Cynthia Jacobsen at cynthia.h.jacobsen@usace.army.mil.
CJ Brown Construction - Stilling Basin Concrete Repair
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the CJ Brown Construction - Stilling Basin Concrete Repair project located at the CJ Brown Dam & Reservoir in Springfield, Ohio. The project involves concrete repair, elastomeric paint removal, and core sampling/testing, with a total estimated cost between $25,000 and $100,000, and is exclusively set aside for small businesses under NAICS code 238110. This initiative is crucial for maintaining infrastructure integrity and ensuring compliance with federal labor standards, including adherence to the Davis-Bacon Act, which mandates specific wage rates for construction workers. Interested contractors must submit their proposals by the specified deadline, with work expected to commence within ten calendar days after the Notice to Proceed and to be completed within 60 days. For further inquiries, contact Jennifer King at jennifer.l.king2@usace.army.mil or call 502-315-7425.