Pajaro River FRM Reach 6 - Division 0
ID: W912P725S0007Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SAN FRANSAN FRANCISCO, CA, 94102-3406, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
  1. 1
    Posted Mar 31, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 31, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 10:00 PM UTC
Description

The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking input from interested companies for the Pajaro River Flood Risk Management (FRM) Reach 6 project in Watsonville, California. This project involves the construction of 2.6 miles of levees and approximately 1,500 feet of floodwalls along Corralitos Creek, aimed at enhancing flood control measures and ecosystem restoration within the Pajaro River watershed. The initiative is critical for managing flood risks and protecting surrounding communities, with construction anticipated to span two seasons. Interested firms must submit their qualifications, including company experience and concerns regarding the project, by April 21, 2025, at 3:00 PM PST, to Logan Champlin at logan.champlin@usace.army.mil.

Point(s) of Contact
Files
Title
Posted
Mar 31, 2025, 9:05 PM UTC
The document pertains to the Pajaro River Review Plan's implementation framework, overseen by the South Pacific Division and San Francisco District. It outlines the strategic focus on flood risk management (FRM) within the Pajaro River region. The attachment includes a site map to visually represent the project location, aiding stakeholders in understanding the geographical context and scope of the proposed initiatives. The primary objective is to enhance flood control measures to protect communities and infrastructure along the Pajaro River through collaborative planning and investment. The document likely serves as part of a broader request for proposals (RFPs) or grant applications aimed at sourcing funds and resources necessary for executing the plan. Emphasis on systematic implementation demonstrates commitment to stakeholder involvement and federal compliance. Overall, the file indicates a structured approach to flood risk management, addressing both immediate and long-term needs of the affected areas while ensuring regulatory alignment and community safety.
Mar 31, 2025, 9:05 PM UTC
The document outlines the Pajaro River Flood Risk Management Project in Santa Cruz County, California, specifically focusing on Reach 6 and related easements. It details the 60% design submittal from the U.S. Army Corps of Engineers, emphasizing the establishment of both temporary construction easements (TCE) and permanent flood control easements (PFCE). The document includes various staging areas and identifies specific locations along the riverbank with associated coordinates and layout lines. It emphasizes flood control objectives, which are critical for managing river habitats and minimizing flooding impacts on surrounding communities. The plans are structured with clear references to design layers, project scope, and necessary compliance with regulatory frameworks. The document serves as a formal outline of the project's intended infrastructure to bolster flood resilience, essential in RFPs and grant considerations within government operations.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Murrieta Creek, Phase 2B: Buried Riprap Bank Protection and Ecosystem Restoration
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is preparing to solicit bids for the Murrieta Creek, Phase 2B project, which involves buried riprap bank protection and ecosystem restoration. This project encompasses a range of construction activities, including large-scale excavation, utility relocations, and the installation of various drainage and landscaping features, aimed at enhancing the creek's channel and surrounding environment. The opportunity is set aside for small businesses, with the solicitation expected to be advertised around May 5, 2025. Interested contractors can reach out to Michael G. Robinson at michael.g.robinson@usace.army.mil or 213-452-3311 for further details.
San Joaquin/Port of Stockton DWSC FY25 Maintenance Dredging Project
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the San Joaquin/Port of Stockton DWSC FY25 Maintenance Dredging Project, aimed at maintaining the navigability of the San Joaquin River and Port of Stockton. The project involves annual maintenance dredging to specific depths of -35 feet Mean Lower Low Water (MLLW), with certain areas requiring dredging to -38.5 feet, and includes the management and transportation of dredged materials to designated upland sites. This maintenance is crucial for ensuring safe maritime operations and supporting regional commerce while adhering to environmental regulations. Interested contractors must submit their proposals by May 19, 2025, with the contract valued between $5 million and $10 million; for further inquiries, they can contact Suntok Mcguinness at suntok.mcguinness@usace.army.mil or Mary C. Fronck at mary.fronck@usace.army.mil.
Jackson Levee Repair and Rehabilitation Requirements Contract, 2025-2029
Buyer not available
The U.S. Army Corps of Engineers, Walla Walla District, is seeking small business sources for the Jackson Levee Repair and Rehabilitation Requirements Contract, covering the years 2025-2029 in Teton County, Wyoming. The project involves the rehabilitation of levees, including vegetation removal, revetment repairs, and levee fill placement, with an estimated annual task order value between $160,000 and $350,000, and a total construction magnitude expected between $500,000 and $1,000,000. Interested firms must demonstrate relevant experience, equipment capabilities, and bonding capacity, and are required to submit their qualifications by 4:00 PM Pacific Time on March 18, 2022, to Chandra D. Crow at chandra.d.crow@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 in Sacramento, California. This project involves design-bid-build construction services aimed at enhancing levee stability and reducing the risk of erosion-related breaches along approximately 1,000 feet of the Sacramento River, specifically under the I-80 Pioneer Bridge. Key components of the project include the installation of erosion protection measures, such as graded stone and soil-rock mix, as well as the demolition of existing materials to ensure a solid foundation for the improvements. Interested small businesses are encouraged to reach out to 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.
Civil Design IDC/IDIQ
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is seeking information from industry regarding a potential Indefinite Delivery Contract/Indefinite Quantity (IDC/IDIQ) for civil design services. The procurement aims to support various Civil Works activities, including wetland restoration, flood control, and environmental studies, requiring a broad range of engineering and construction services. This opportunity is crucial for ensuring adequate competition among potential contractors, particularly within the small business community, as the total contract capacity is estimated at $45 million over a performance period of up to five years. Interested firms must submit their statements of capability by May 5, 2025, to Lisa Ip at lisa.i.ip@usace.army.mil, and must be registered in SAM.gov to be eligible for contract awards.
Rogue River South Jetty Partial Repair 2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking industry interest and capabilities for the Rogue River South Jetty Partial Repair project located in Gold Beach, Oregon. The project entails the procurement, delivery, and placement of jetty armor stone to repair areas damaged by river and wave action, with mandatory repairs covering approximately 260 feet and optional repairs extending the scope further. This infrastructure repair is crucial for maintaining navigation safety and mitigating environmental risks, with an estimated construction cost ranging from $1 to $5 million and a timeline for advertisement set for June 2025, aiming for project completion by the end of 2026. Interested parties, particularly small, disadvantaged, or veteran-owned businesses, must submit their responses detailing capabilities and relevant experience by May 4, 2025, to Christopher Burroughs at christopher.d.burroughs@usace.army.mil or Brian Johnson at brian.m.johnson@usace.army.mil.
MVD Levee Requirements for FY 25
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
NORTH BREAKWATER REPAIRS AT REDONDO BEACH-KING HARBOR
Buyer not available
The Department of Defense, specifically the Department of the Army through the W075 Endist Los Angeles, is seeking contractors for the North Breakwater Repairs at Redondo Beach-King Harbor project in California. The project entails repairing a shore-connected, rubble-mound breakwater that protects King Harbor from ocean waves, which includes resetting existing armor stone and placing approximately 8,000 tons of new armor stone. This work is crucial for maintaining the structural integrity and safety of the harbor facilities. The estimated contract value ranges between $5 million and $10 million, with a total duration of approximately 210 calendar days. Interested contractors should note that the solicitation is expected to be issued around May 13, 2025, with a response deadline on or about June 17, 2025. For further inquiries, contact Cameron Stokes at Cameron.Stokes@usace.army.mil or Patricia Bonilla at patricia.b.bonilla@usace.army.mil.
Missouri River Levee R-562 Repair
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is soliciting bids for the Missouri River Levee R-562 Repair project located in Peru, Nebraska. This project aims to rehabilitate the levee system by addressing structural damages, including filling scour holes, repairing critical sections, and replacing drainage structures, with an estimated construction cost between $25 million and $50 million. The initiative is crucial for enhancing flood protection and ensuring the integrity of the levee infrastructure, thereby safeguarding the surrounding communities from future flood risks. Interested small businesses must submit their technical proposals by May 9, 2025, with a site visit scheduled for May 6, 2025, and can direct inquiries to Karen Caskey at Karen.l.caskey@usace.army.mil.
Prequalification of Sources, Levee Repair Construction Contracts, United States Army Corps of Engineers, Omaha District
Buyer not available
The U.S. Army Corps of Engineers (USACE), Omaha District, is seeking to establish a Prequalified Sources List (PSL) for levee repair construction contracts in South Dakota, Iowa, Missouri, and Nebraska. This initiative aims to facilitate the repair of levees located in the Missouri River Basin, with the majority of construction work expected to be self-performed by prime contractors. The procurement is set aside for small businesses under NAICS code 237990, and local contractors in designated disaster areas may also be prioritized. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents via SAM.gov. For further inquiries, contact Marc Proietto at marc.proietto@usace.army.mil or Clinton Russell at clinton.e.russell@usace.army.mil.