Nolin River Lake Hoist Replacement
ID: W912QR25BA014Type: Solicitation
AwardedJul 9, 2025
$873.5K$873,500
AwardeeALL TECH ENGINEERING CORP Mendota Heights MN USA
Award #:W912QR25CA016
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 RECREATION FACILITIES (NON-BUILDING) (Y1PA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking bids for the replacement of a hoist system at Nolin River Lake in Edmonson County, Kentucky. The project involves the complete replacement of a 7.5-ton hoist system, requiring contractors to provide all necessary materials, labor, and equipment while adhering to federal, state, and local regulations. This initiative is crucial for enhancing infrastructure and safety at the recreation facility, with an estimated contract value between $500,000 and $1,000,000. Interested bidders must submit their proposals electronically via the PIEE Solicitation Module by the specified deadline, and they are encouraged to participate in a site visit scheduled for May 21, 2025. For further inquiries, contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers (USACE) Louisville District is preparing to solicit bids for the replacement of a hoist at Nolin River Lake in Edmonson County, Kentucky. This Design/Bid/Build project involves upgrading the control tower with a higher capacity hoist (12 tons) to facilitate the lifting of service gates and bulkhead. Structural modifications will be necessary to support the new hoist, requiring the removal of the existing one. The project duration is set for 365 days post-Notice to Proceed, with an estimated cost ranging from $500,000 to $1,000,000. The solicitation is expected to be issued around May 5, 2025, and will be available on the Contracting Opportunities website, www.Sam.gov, which will host all updates and amendments in electronic format only. Interested contractors must have an active registration in the System for Award Management (SAM) to qualify for bidding. The acquisition will be fully open to competition and will follow a sealed bid procurement process. All inquiries regarding this procurement should be directed to Ethan Phillips, Contract Specialist. This pre-solicitation notice serves as an advance announcement without imposing obligations on the government or participants.
    The document outlines the procedures for submitting technical inquiries related to a specific federal solicitation (W912QR25BA014) via the ProjNet system. Bidders must register on ProjNet to ask questions by the deadline of May 30, 2025, with responses expected by June 4, 2025. Detailed instructions for both new users and returning users are provided for accessing the system and submitting inquiries. It is stressed that proposals must not be submitted through ProjNet, and any questions about proposal submission methods should be directed to the designated Contract Specialist. The document highlights that government responses to inquiries are not binding unless formal amendments are issued and clarifies timeline limitations regarding submissions of questions relative to the solicitation's closing date. This guidance is essential for vendors participating in federal RFPs, ensuring compliance with procedural requirements and enhancing communication between bidders and the government. Overall, the purpose is to facilitate a transparent bidding process while maintaining the integrity of the solicitation protocols.
    The document outlines necessary representations and certifications for companies participating in federal government contracts, grants, or state and local RFPs. It includes a section for the company’s name, address, phone number, and email, along with business size classifications such as Large Business, Small Business, HUBZone, 8(a), Women-Owned Small Business, Economically Disadvantaged Women-Owned Small Business, and Service-Disabled Veteran-Owned. Companies must indicate their registration status with the System for Award Management (SAM) and provide their Tax Identification Number (TIN), Unique Entity Identifier, and CAGE code, adhering to the Federal Acquisition Regulation (FAR) guidelines. This file serves to ensure compliance and eligibility for businesses vying for federal support and contracts, thereby streamlining the certification process in line with government procurement policies.
    The Nolin Hoist Replacement project, initiated by the U.S. Army Corps of Engineers, involves the complete replacement of a 7.5-ton hoist system at Nolin River Lake, Edmonson County, Kentucky. The project, estimated between $500,000 and $1,000,000, is open to full competition with awards based on the lowest bid. Contractors must comply with HUBZone price evaluation requirements and are encouraged to participate in a site visit scheduled for May 21, 2025. A performance and payment bond is required, and offers must meet essential submission conditions, including timeline stipulations. The contract anticipates mobilization, demolition, design, fabrication, and installation of the hoist system to ensure adherence to federal, state, and local regulations. Additionally, strict standards for materials used in the project must align with the Buy American Act to emphasize domestic sourcing. The comprehensive specifications and clauses govern contractor obligations, safety procedures, progress payments, and essential compliance mandates. This initiative underscores the government's commitment to infrastructure enhancement and safety compliance while facilitating economic opportunities through proper contractor engagement.
    The document provides detailed instructions for bidders involved in a federal procurement project. Key topics include bid submission requirements, electronic submission protocols, and compliance with federal regulations. Bidders are advised to ensure that their bids are complete, signed, free of errors, and submitted on time. Notably, all submissions must occur electronically via the PIEE Solicitation Module, with specific guidelines for file format and naming conventions. The document emphasizes that late submissions will not be accepted and outlines the process for a bid abstract teleconference, which occurs shortly after bid submissions are confirmed. Also highlighted are security requirements related to safeguarding contractor information, specifically referencing NIST standards that must be met before contract awards. Overall, the guidance aims to standardize the bidding process, ensure compliance with federal regulations, and promote secure handling of government contracts.
    The document outlines the specifications and guidelines for electrical systems related to a government Request for Proposal (RFP), focusing on standards for installations, safety protocols, and design specifics. It emphasizes the need for compliance with the National Electrical Code (NEC) and detailed instructions for installation procedures. Key elements include verifying existing conditions, ensuring equipment fits as per the diagrammatic representations, and coordinating with other contractors to prevent interference. The guidelines highlight installation requirements for lighting fixtures, emergency systems, power distribution, and circuit management. Critical safety protocols are mandated for working with energized electrical circuits, which include obtaining approval, maintaining supervision, and using appropriate personal protective equipment. Furthermore, the document indicates the necessity for environmental responsibility, requiring contractors to report any damages immediately and adjust installations to current regulations. Overall, the document serves to ensure a comprehensive understanding of the required electrical systems' performance, safety expectations, and regulatory compliance, crucial for successful project execution and funding adherence in governmental undertakings.
    The document outlines a solicitation for the Nolin River Lake Hoist Replacement project in Mammoth Cave, Kentucky (Solicitation Number: W912QR25BA014). It follows a Design-Bid-Build approach and requires contractors to submit sealed bids for replacement work valued between $500,000 and $1,000,000. The solicitation emphasizes the importance of a site visit set for May 21, 2025, and specifies a performance schedule that necessitates the completion of the project within 365 days after receiving a notice to proceed. Contractors must adhere to compliance requirements, including a HUBZone price evaluation preference, and submit a proposal through the Procurement Integrated Enterprise Environment (PIEE) by a specified deadline. The submission must include necessary performance and payment bonds, along with a completed bid schedule detailing mobilization and demolition work. Documentation requirements feature continuous updates and submissions of as-built drawings during construction, ensuring progress documentation and compliance with safety regulations. Final proposals and inquiries are managed through ProjNet, with deadlines and mandatory certifications specified to support the integrity of the bidding process. The document reflects the government’s structured approach to contracting, ensuring transparency and competitive bidding while enhancing local infrastructure.
    Similar Opportunities
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    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.
    Z--John W. Keys PGP 70 Ton Gantry and 60 Ton Bridge Crane Replacement
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is seeking qualified contractors for the replacement of a 70-ton gantry crane and a 60-ton bridge crane at the John W. Keys, III Pump-Generating Plant located at Grand Coulee Dam in Washington State. The procurement involves a hybrid supply and construction contract that includes the design, removal, and installation of new cranes, as well as necessary electrical and structural modifications, hazardous materials abatement, and commissioning activities. This project is significant for maintaining operational efficiency and safety at the facility, with an estimated contract value between $10 million and $20 million, and it is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be issued between mid to late January, with further details available on SAM.gov. For inquiries, contact Stacey Hall at shall@usbr.gov or call 208-378-5142.
    Crane Rental with Operator and Rigger
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide crane rental services with an operator and rigger for the Bass Project at the ERDC Test Facility in Fort Polk, Louisiana. The procurement requires a minimum 225-ton crane with an NCCCO certified operator and rigger for five consecutive 8-hour workdays, scheduled from January 18-22, 2026, to support experimental wall assembly and erection, involving lifts of components up to 68,500 lbs. This opportunity is critical for the execution of testing operations and adheres to strict security protocols, including background checks and compliance with health protection conditions. Interested parties must submit their offers by December 17, 2025, at 1:00 PM CST, via email to the designated contacts, Jennifer Hoben and David Ammermann.
    West Shore Lake Pontchartrain WSLP 114
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New Orleans District, is soliciting bids for the West Shore Lake Pontchartrain Hurricane and Storm Damage Risk Reduction Project, specifically for the Reserve Relief & I-55 Pump Stations and Drainage Structures (WSLP-114) in St. John the Baptist Parish, Louisiana. This procurement involves extensive construction work, including clearing, grubbing, and the construction of various civil, mechanical, and electrical installations, with an estimated contract value between $250 million and $500 million. The project is critical for enhancing flood management and infrastructure resilience in the region, addressing the ongoing risks associated with storm damage. Interested contractors must submit their bids by December 17, 2025, at 9:30 AM CST, with a virtual bid opening scheduled for the same day at 10:30 AM CST. For further inquiries, contact Amy C. Feemster at amy.c.feemster@usace.army.mil or 504-862-2002.
    Stringout Construction (Rehabilitation) at Ensley Engineer Yard (EEY).
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Stringout Construction (Rehabilitation) project at the Ensley Engineer Yard (EEY) in Memphis, Tennessee. The project entails comprehensive construction work, including the removal of existing structures, installation of new steel floats and utilities, and the construction of a new connector bridge and electrical substation, divided into a base project and six options. This procurement is significant for maintaining operational capabilities at the EEY and will be conducted as an unrestricted procurement with a HUBZone Price Evaluation Preference, with a contract value estimated between $25,000,000 and $100,000,000. Interested parties can contact Jessica Lurry at Jessica.M.Lurry@usace.army.mil or Monica Pitchford at Monica.A.Pitchford@usace.army.mil for further details.
    100 METRIC TON MOBILE BOAT HOIST, B3806, NAVAL SPECIAL WARFARE GROUP 8, JOINT EXPEDITIONARY BASE LITTLE CREEK, VIRGINIA BEACH, VA
    Dept Of Defense
    The Department of Defense, through NAVFACSYSCOM Atlantic, is soliciting proposals for the design, fabrication, assembly, delivery, installation, inspection, and field testing of a 100 Metric Ton Mobile Boat Hoist for the Naval Special Warfare Group 8 at Joint Expeditionary Base Little Creek in Virginia Beach, Virginia. The procurement requires a self-propelled, straddle-type crane with a lifting capacity of 220,000 pounds and a custom spreader assembly rated for 150,000 pounds, adhering to stringent specifications for structural integrity, safety, and cybersecurity. This equipment is crucial for supporting naval operations and ensuring efficient handling of heavy loads in a marine environment. Interested contractors, particularly small businesses, must submit their proposals by December 3, 2025, and can direct inquiries to Lisa Sumpter at lisa.sumpter@navy.mil or by phone at 757-967-3819.
    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.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    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 enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.