River Repairs and Upper Bank Paving SATOC
ID: W912EQ24B0008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST MEMPHISMEMPHIS, TN, 38103-1894, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z1QA)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers Memphis District, is soliciting bids for the River Repairs and Upper Bank Paving project, designated as W912EQ24B0008. This firm-fixed price contract is set aside for Women-Owned Small Businesses (WOSB) and involves extensive stone repairs on navigation structures along the Ohio and Mississippi Rivers, including the placement of riprap and other related tasks. The project is significant for maintaining vital navigation infrastructure and is expected to utilize approximately 2.5 million tons of stone over four ordering periods, with individual task orders defining specific locations and work types. Bidders must submit their proposals by September 20, 2024, at 10:00 AM (CDT), with the bid opening scheduled for the same day at 1:00 PM (CDT). Interested parties can contact Jessica Lurry at jessica.m.lurry@usace.army.mil or Monica Moody at monica.a.moody@usace.army.mil for further information.

    Files
    Title
    Posted
    The document is an amendment to a federal solicitation for a construction project titled "FY24 River Repairs and Upper Bank Paving SATOC." The amendment includes key changes such as the rescheduling of the bid due date to September 6, 2024, and updates to the Wage Determination Schedule and project specifications regarding materials used for structures. Specific guidelines following the Davis-Bacon Act are highlighted, ensuring compliance with minimum wage requirements under Executive Orders 14026 and 13658. Amendments to the Wage Determination Schedule involve adding and removing general decision numbers for states including Arkansas, Kentucky, Mississippi, and Tennessee, affecting wage rates for various construction roles. Specifications regarding stone materials for structures have been updated, featuring amendments to multiple sections, including bid schedules and grading tests. Overall, the document emphasizes adherence to regulatory standards, worker protection guidelines, and outlines the procedures contractors must follow for acknowledgment of changes in the solicitation. This amendment underscores the government's commitment to ensuring fair labor practices, compliance with wage regulations, and effective project execution.
    This document is an amendment to the solicitation for the FY24 River Repairs and Upper Bank Paving SATOC project under contract W912EQ24B0008, issued by the U.S. Army Engineer District in Memphis. The primary change noted is the rescheduling of the bid due date, which has been moved to September 20, 2024, at 10:00 AM (CDT). Additionally, the bid opening will now occur at 1:00 PM (CDT) on the same day. The amendment emphasizes the requirement for contractors to acknowledge receipt of this amendment prior to the specified deadline, and it outlines methods by which this acknowledgment can be made. The document remains largely consistent with the original solicitation terms and conditions aside from the specified updates. Overall, this modification serves to ensure that bidders are informed of the new timelines while reaffirming the ongoing framework of the solicitation process.
    The document is an amendment to a solicitation for the River Repairs and Upper Bank Paving project (Contract ID: W912EQ24B0008) issued by the US Army Engineer District, Memphis. The key update specifies that the bid due date is now set for Friday, 20 September 2024, at 10:00 AM (CDT), with the bid opening commencing at 1:00 PM (CDT). Important details include call-in information for the bid opening via Webex, which features a toll-free number, a meeting access code, a password, and a direct meeting link. The amendment emphasizes the necessity for contractors to acknowledge receipt of the amendment in their submissions to avoid rejection. The amendment retains all previously stated terms not explicitly altered by this modification. This document serves to ensure potential bidders are informed about the updated processes and requirements relevant to their proposals and participation in the solicitation. Compliance with these stipulations is essential for keeping the bidding process orderly and effective.
    The US Army Corps of Engineers Memphis District has issued an Invitation for Bid (IFB) for the FY24 River Repairs and Upper Bank Paving project, entitled W912EQ24B0008. This firm-fixed price contract is set aside for Women-Owned Small Businesses (WOSB) and involves extensive stone repairs on navigation structures in the Ohio and Mississippi Rivers, including revetments, dikes, and the placement of riprap upper bank paving. The project entails approximately 2.5 million tons of stone organized over four ordering periods, with individual task orders defining specific locations and work types. The bidding process requires bidders to submit unit prices for various tasks listed in the schedule. Over $150,000 contracts will necessitate performance and payment bonds. The bid proposal deadline is August 30, 2024, with performance expected to initiate within ten calendar days post-award. Contractors must be registered in the System for Award Management (SAM) and comply with provisions for equal employment opportunity. This solicitation underscores the government’s objective of fostering small business participation while maintaining compliance with regulatory frameworks.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    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.
    MVD Stone Requirements for FY24
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE ARMY is seeking MVD Stone Requirements for FY24. This notice provides information on anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis, Vicksburg, and New Orleans Districts during fiscal year 2024. The work includes construction and repairs to existing dikes, revetments, chevrons, bendway weirs, and other river training structures at various locations. Additional land-based construction may include bank grading and dressing, excavation, placement of crushed stone blanket, riprap upper bank paving, placement of stone fill and stone paving in specified areas such as dike fields, revetments, and other locations along top bank and in overbank areas landward of top bank. Repairs to existing structures may also be required. The work will be performed in the Mississippi River, with varying water depths and currents. For more information, contact the respective Small Business Professionals and District Contracting Chiefs for each district.
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract. This contract involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel, and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about 19 March 2024, and the bid opening date will be established in a future amendment. Interested vendors are encouraged to register on beta.SAM.gov and must be registered with the System for Award Management (SAM) to receive 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.
    Chicago Harbor Shorearm Extension and Breakwater, Chicago Illinois
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Chicago District, is seeking qualified small business contractors for the Chicago Harbor Shorearm Extension and Breakwater project in Chicago, Illinois. The project involves essential repairs to existing exterior and shorearm extension breakwaters to stabilize these structures and ensure safe passage for vessels entering and exiting the harbor. This construction effort is critical for maintaining the functionality of the harbor and is estimated to cost between $5 million and $10 million. Interested bidders can expect the solicitation package to be available on the Procurement Integrated Enterprise Environment (PIEE) in November, with a response period of 30 days. For inquiries, contact Kyle Smith at (312) 846-5370 or via email at kyle.d.smith@usace.army.mil, referencing Solicitation Number W912P624B0015.
    Smithland Locks and Dam River Chamber Machinery Rehab
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the rehabilitation of the Smithland Locks and Dam River Chamber Machinery located in Brookport, IL. This project requires contractors to perform a range of services including site surveys, construction, maintenance, and the refurbishment of sector gear assemblies, with a strong emphasis on safety and compliance with environmental regulations, particularly regarding lead-based paint removal. The initiative is part of the federal commitment to infrastructure improvement, funded by the Bipartisan Infrastructure Law, and aims to ensure the operational integrity of critical facilities within the Great Lakes and Ohio River Division. Interested contractors must submit their proposals by September 16, 2024, with a price range between $500,000 and $1,000,000, and can contact Andrew Fleming at andrew.j.fleming@usace.army.mil or 502-315-7036 for further information.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 7-2023 {OM23007)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for dredging facilities. The project involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about February 18, 2023, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. 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.
    Green River Lock and Dam 1 Miter Gate Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Louisville District, is soliciting proposals for the repair of the Green River Lock and Dam 1 miter gates in Reed, Kentucky. Contractors are required to submit price proposals for the rehabilitation project, which is estimated to cost between $1,000,000 and $5,000,000, and must comply with various construction clauses and safety regulations. This project is crucial for maintaining the functionality and safety of essential hydraulic structures, reflecting the government's commitment to infrastructure improvement. Proposals are due by 10:00 AM Eastern Time on September 20, 2024, following a mandatory site visit on September 12, 2024, and must be submitted electronically to Maxwell Williams at maxwell.s.williams@usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2023 {OM23009)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities. The project involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this dredge project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about 18 February 2023, and the bid opening date will be established in a future amendment. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. 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.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2023 {OM23003)
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, specifically the Department of the Army, for the procurement of a self-propelled trailing suction type hopper dredge. The dredge will be used for work in the Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $15,000,000.00 and $20,000,000.00. The solicitation will be issued on or about February 18, 2023, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.Sam.gov is encouraged for marketing purposes. 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.