Rend Lake Facilities Infrastructure Construction and Maintenance IDIQ
ID: W912P925BA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST LOUISSAINT LOUIS, MO, 63103-2833, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the Rend Lake Facilities Infrastructure Construction and Maintenance IDIQ contract, aimed at providing comprehensive rehabilitation, repair, construction, and maintenance services at the Rend Lake Project. The scope of work includes a variety of tasks such as earthwork operations, utility maintenance, road construction, and the installation of recreational facilities, ensuring the upkeep and enhancement of public infrastructure and recreational areas. This total small business set-aside opportunity emphasizes the importance of maintaining and improving essential facilities that support community and environmental needs. Interested contractors should contact Marla Sawyer at marla.j.sawyer@usace.army.mil or 314-331-8246 for further details, with the contract's archive date set for April 17, 2025.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers is issuing a Pre-Solicitation Synopsis for the Rend Lake Facilities Infrastructure Construction and Maintenance project (Solicitation Number: W912P925BA001) scheduled for a proposal release around March 3, 2025. This contract, set aside exclusively for small businesses, outlines a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) type for a period of five years, with an option for a six-month extension. The contract encompasses comprehensive work including rehabilitation, repair, construction, and maintenance of facilities at the Rend Lake Project in Benton, Illinois. Key tasks involve road and utility maintenance, installation of recreational structures, and shoreline protection. Interested vendors must be registered at the Procurement Integrated Environment Enterprise (PIEE) and the System for Award Management (SAM) to access the solicitation and participate. The contract guarantees a minimum of $5,000, adhering to the NAICS code 237990, which covers other heavy and civil engineering construction. The synopsis emphasizes that the government holds no obligation to award a contract or cover proposal preparation costs.
    Similar Opportunities
    Y--NERI 227185 N156 REND TRAIL BRIDGES AND
    Interior, Department Of The
    The Department of the Interior, specifically the National Park Service, is soliciting proposals for the construction of the Rend Trail and Bridges project at New River Gorge National Park in Glen Jean, West Virginia. This project involves the rehabilitation of five bridges, replacement of timber cribbing walls, and improvements to trailheads, with a performance period from January 5, 2026, to September 29, 2028. The opportunity is set aside for small businesses, emphasizing the importance of enhancing recreational facilities within national parks. Interested contractors must submit their proposals by December 18, 2025, at 11:00 AM Mountain Time, and can contact Rachel Dyer at racheldyer@nps.gov for further information.
    IDIQ Tree Maintenance Services, Beaver Lake Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotes for tree maintenance services at the Beaver Lake Project Office in Rogers, Arkansas. This procurement involves an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at maintaining the health and safety of trees within the Beaver Lake area, which spans approximately 28,220 surface acres and includes multiple recreation sites. The contract will have a base period lasting until October 31, 2026, with four additional one-year options extending the performance period to October 31, 2030, and a minimum guarantee of $2,500 for the base period. Interested small businesses must submit their quotes by December 30, 2025, at 10:00 AM CST via email to Ashley Stokes, with all required documentation as outlined in the solicitation.
    W9123725QA023 - Delaware Lake, OH Mowing and Maintenance Services 2026-2030
    Dept Of Defense
    The Department of Defense, through the Department of the Army's Huntington District Corps of Engineers, is seeking qualified contractors for mowing and maintenance services at Delaware Lake, Ohio, under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The procurement includes a base period of one year, with four additional option years, and aims to ensure the upkeep of the grounds, which is vital for maintaining the aesthetic and functional quality of the area. The total contract value is capped at $430,000, and the solicitation is set aside for small businesses, with evaluation factors emphasizing past performance, management controls, equipment, personnel, and cost. Interested parties should prepare to submit their offers by the specified deadlines and can direct inquiries to Ellec Robinette at ellec.t.robinette@usace.army.mil or by phone at 304-399-5226.
    Levee Repairs at Saline County Levee District #2, Ray-Carroll Bottoms Consolidated Levee District of Carroll County, and Howard County Levee District #4
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is preparing to solicit bids for a construction contract focused on repairing levees in Saline County, Carroll County, and Howard County, Missouri. The project entails comprehensive construction services, including earthwork operations, erosion repair, levee surfacing, and the installation of drainage structures, all aimed at restoring the integrity of the levee systems. This initiative is crucial for maintaining flood protection and ensuring the safety of the surrounding communities. The contract will be a Firm-Fixed Price (FFP) agreement, with an estimated value between $250,000 and $500,000, and is set aside exclusively for small businesses. Interested contractors should prepare for a site visit and ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, which are anticipated to be due within 60 days of the solicitation release. For further inquiries, contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    Paducah Levees Reconstruction Phase 3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Paducah Levees Reconstruction Phase 3 project, which is set aside exclusively for small businesses. This procurement involves the reconstruction of levees in Paducah, Kentucky, and is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction. The project is critical for flood risk management and infrastructure resilience in the region. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W912QR52370251. For inquiries, potential bidders may contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    DUTCH GAP AQUATIC ECOSYSTEM RESTORATION, ANTIOCH, LAKE COUNTY, ILLINOIS
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Dutch Gap Aquatic Ecosystem Restoration project located in Antioch, Lake County, Illinois. This project aims to restore stream, riparian, wetland, and buffering plant communities over a 785-acre area to enhance habitats for migratory birds and local wildlife, while addressing the ecological impacts caused by intensive agriculture and invasive species. The anticipated contract, valued between $5 million and $10 million, is expected to be advertised in the fourth quarter of fiscal year 2025, with bids due in the first quarter of fiscal year 2026. Interested contractors must be registered in the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit proposals; inquiries should be directed to Ericka Hillard at ericka.d.hillard@usace.army.mil.
    Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. This procurement aims to secure fully operated dredging services, including the necessary plant and personnel, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. The contract, valued at a combined capacity of $99.5 million, will be awarded as Firm Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contracts over a five-year period, with individual task orders estimated between $5 million and $10 million. Interested vendors should register on the Interested Vendors List at https://sam.gov/ and are encouraged to monitor the Contract Opportunities Website for updates, as the solicitation is expected to be issued in January 2026, with proposals due in February 2026. For further inquiries, contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    Presolicitation Notice – Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Rock Island District, is preparing to issue a Request for Proposals (RFP) for the Advanced Contracting Initiative – Regional Contracts for Debris Management Services (ACI – RCDMS). This initiative aims to establish up to ten Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to provide rapid and comprehensive debris management and removal services in support of Federal disaster response efforts, particularly following natural and man-made disasters that exceed local capacities. The contracts will encompass a wide range of services, including debris collection, reduction, hauling, and management, with a total capacity of $37 billion over a five-year period. Interested contractors are encouraged to monitor SAM.gov for the formal RFP, anticipated to be released within the next 2–4 weeks, and must submit comments on the Draft RFP by December 12, 2025. For further inquiries, contact Christopher McCabe at christopher.a.mccabe@usace.army.mil or Brunson Grothus at brunson.e.grothus@usace.army.mil.
    Little Rock District FY26 Park Attendant Program
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Little Rock District, is seeking proposals for the FY26 Park Attendant Program, a 100% Small Business Set-Aside opportunity. This procurement aims to provide park attendant services across various recreation areas in Little Rock, with contractors allowed to bid on one or multiple Specific Park Sheets (SPSs) based on performance requirements that include visitor assistance, fee collection, and facility maintenance. The selected contractors will be required to adhere to strict safety regulations and provide their own self-contained recreational vehicles for living quarters, while the government will supply necessary equipment. Quotes are due by January 9, 2026, at 12:00 PM CST, and must be submitted via email to Brandee M. Wright at brandee.m.wright@usace.army.mil, with the solicitation number included in the subject line.