LOCK FOUNDATION AND SITE PREPARATION FOR LOCK and DAM 25 NAVIGATION ECOSYSTEM SUSTAINABILITY PROGRAM (NESP)
ID: W912P926RA001Type: 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

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The U.S. Army Corps of Engineers, St. Louis District, is soliciting proposals for the Lock Foundation and Site Preparation for Lock and Dam 25 as part of the Navigation Ecosystem Sustainability Program (NESP) in Winfield, Missouri. The project requires comprehensive construction activities, including excavation, dredging, sand fill placement, and the construction of a sheet pile separator wall, along with site preparation for future staging areas and the installation of a sanitary outfall pipe. This initiative is crucial for enhancing navigation and ecosystem sustainability in the region. Proposals must be submitted electronically by the specified deadline, with a performance period of 365 days for site preparation and 548 days for lock foundation work. Interested contractors can contact Angie Grimes at angie.l.grimes@usace.army.mil or Whitney Dee at whitney.r.dee@usace.army.mil for further details.

    Files
    Title
    Posted
    The document outlines the U.S. Army Corps of Engineers' Navigation Ecosystem Sustainability Project (NESP) for Lock and Dam No. 25, specifically focusing on lock foundation and site preparation. This project, a collaborative effort by multiple USACE districts, involves extensive civil, structural, geotechnical, and hydrographic surveys. Key aspects include detailed plans for demolition, site preparation, foundation work, riprap excavation, and the construction of a sheet pile separator wall. The project is located in Winfield, MO, on the Upper Mississippi River. The document provides general information, an index of drawings, and general abbreviations to guide contractors through the complex plan sets, emphasizing adherence to specific survey datums and environmental restrictions. Contractor access, staging areas, and operational guidelines for the lock during construction are also detailed, ensuring safety and compliance.
    This government file details the U.S. Army Corps of Engineers' Navigation Ecosystem Sustainability Project (NESP) for Lock and Dam No. 25 on the Upper Mississippi River, specifically for Lock Foundation and Site Preparation. The document includes various technical drawings and data, such as hydrographs (2013-2023), elevation duration and frequency curves (1952-2022), and elevation-flow curves, all critical for understanding the river's hydraulic conditions. It also provides an extensive Soil and Rock Legend, unified soil classification (ASTM D 2487), consistency for cohesive soils, drilling and sampling equipment, and applicable publications for engineering and testing standards. Additionally, the file contains overall and detailed boring location plans with general notes, indicating historical and new exploration borings, and a conversion factor for historical boring elevations from NGVD 29 to NAVD 88. The solicitation number for this project is W912P9-26-R-A001, with an issue date of August 2025.
    The document outlines the riprap excavation and foundation preparation for the Upper Mississippi River Navigation Ecosystem Sustainability Project (NESP) at Lock and Dam No. 25. It details cross-sections for riprap excavation, including phases 1 and 2, and the placement of various riprap types (derrick stone, 1000 LB, 5000 LB, 2200 LB, and C-stone) and stone protection on lumber mattresses. The project involves removing existing timber mattresses and alluvium, with careful consideration for existing structures like the dam end sill, timber cribs, and concrete aprons. Foundation preparation includes establishing excavation grades, sand fill grades, and installing separator walls, pipe piles, and articulating fabric-formed concrete mattresses. The project, managed by the U.S. Army Corps of Engineers, St. Louis District, is crucial for the lock foundation and site preparation, with an issue date of August 2025.
    The document outlines the Upper Mississippi River Navigation Ecosystem Sustainability Project (NESP) at Lock and Dam No. 25, focusing on lock foundation and site preparation. It details site preparation, including typical sections for fill and existing ground conditions, and specifies the abandonment of existing pipe outfalls and the installation of new sanitary lines with riprap slope protection. The project also includes extensive dredging plans, identifying dredge and fill/disposal areas, alluvium removal, and contractor work limits within Missouri. Key dredging depths are specified, ranging from 395.0 NAVD88 to 414.0 NAVD88, with a required depth of 396.6 NAVD88 for certain areas and alluvium removal to 404.60 NAVD88. Additionally, the file details the design and construction of sheet pile separator and deflector walls, providing plans, elevations, sections, and detailed views of components like pipe piles, stiffener plates, and neoprene pads. These elements are critical for navigation channel safety and structural integrity.
    The document, consisting solely of repeated instances of "REFERENCE DRAWINGS," indicates that a set of reference drawings is integral to the associated government solicitation, grant, or RFP. While the content is minimal, its repetition implies that these drawings are crucial for understanding the project's scope, requirements, or specifications. In the context of government procurement, reference drawings typically provide essential visual information, such as architectural plans, engineering schematics, or site maps, necessary for bidders or grantees to accurately prepare their proposals. The document's purpose is to emphatically highlight the existence and importance of these supplementary visual aids, which are fundamental for any interested party to fully comprehend and respond to the primary solicitation.
    The document, titled "DOWNSTREAM GUIDE WALL SILT REMOVAL," details a project for silt removal at the Mississippi River Lock & Dam No. 25 in Lincoln County, Illinois. This project falls under the purview of the St. Louis District of the U.S. Army Corps of Engineers. The file includes reference drawings, a cover sheet, and a vicinity map, providing geographical context for the project location within the St. Louis District's area of responsibility, which spans parts of Illinois, Missouri, Iowa, and Kentucky. Key personnel involved in the design are identified, including J. Leff, M. Hartman, and D. Reilly. The document is likely a component of a federal government RFP, outlining the scope and location for contractors or grantees. It emphasizes the specific task of removing silt from the downstream guide wall at the designated lock and dam, critical for maintaining navigation and operational efficiency on the Mississippi River.
    The document outlines the U.S. Army Corps of Engineers' plan for the Downstream Guide Wall Silt Removal project at Mississippi River Lock & Dam No. 25 in Lincoln County, Illinois. This project involves detailed civil site plans, excavation cross-sections, spoil area cross-sections, and civil details. Key aspects include the construction of a new permanent haul road, the management of a spoil laydown area with specific elevation and sloping requirements, and the excavation of silt near the downstream guide wall. The plan specifies strict safety protocols, such as maintaining a 10-foot distance from the guide wall for construction equipment and coordinating with Missouri One Call for utility verification. The document also includes extensive appendices detailing instrumentation inventory, locations, and thresholds for inclinometers, joint bolts, and piezometers, crucial for monitoring structural stability during the project.
    The US Army Corps of Engineers, St. Louis District, is soliciting bids for the Upper Mississippi River Navigation Ecosystem Sustainability Project (NESP) at Lock and Dam No. 25, focusing on lock foundation and site preparation. The solicitation, W912P9-26-R-A001, details comprehensive specifications including special contract requirements, environmental protection, quality control, earthwork, and marine construction. The pricing schedule covers mobilization, erosion control, pile installation, excavation, scour protection, and demolition, with specific guidelines for unit and total pricing, and evaluation of subdivided items. The project emphasizes adherence to safety regulations, environmental compliance, coordination with ongoing operations, and strict protocols for river work, diving, and gate operations. Contractors must manage their work areas, utilities, and maintain access while providing required insurance and electronic payroll submissions.
    This government solicitation outlines instructions for proposers responding to the U.S. Army Corps of Engineers' Lock 25 Lock Foundation and Site Preparation project. It details submission requirements, including electronic proposal submission, content, formatting, and page limits for three volumes: Technical Proposal, Small Business Participation, and Price Proposal. Key evaluation factors are Construction Approach, Past Performance, Small Business Participation Commitment, and Pricing. The document also provides specific instructions for inquiries via ProjNet, site visits, and requirements for Joint Venture Agreements and Subcontractor participation. Offerors must be registered in SAM and PIEE. The government intends to award a Firm Fixed Price contract for 365 days for site preparation and 548 days for the lock foundation, emphasizing that proposals should be submitted on the most favorable terms as discussions may not occur.
    This amendment to solicitation W912P926RA0010001, issued on February 24, 2026, details administrative updates for a lock foundation and site preparation project. Key changes include revised proposal submission instructions, the availability of Attachment 0002 (Drawings) upon request via DoD SAFE, and the removal of the Controlled Unclassified Information (CUI) designation from Attachments 0003 and 0004. The contract description for the lock foundation work remains largely the same, focusing on excavation, sand fill placement, riprap berm construction, and a sheet pile separator wall. Updates were also made to the list of attachments, specifically changing the dates for
    This amendment to solicitation W912P926RA0010002, dated March 4, 2026, introduces several administrative updates based on government responses to bidder inquiries. Key changes include corrections to the bidder inquiry due date and small business size standard within the 'Proposal Submission Instructions' attachment (0003). Additionally, a Bid/Offer Guarantee is now required, and attendance at the site visit is no longer optional, requiring an RSVP by March 10, 2026, for the visit scheduled on March 11, 2026. The amendment also replaces the original 'PROPOSAL SUBMISSION INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS' document with an updated version (Amd 0002). All other terms and conditions of the solicitation remain unchanged.
    The U.S. Army Corps of Engineers (USACE), St. Louis District, issued a Sources Sought Notice (W912P926RA001) for the Lock Foundation and Site Preparation project at Lock & Dam 25. This notice is for informational and planning purposes only, seeking industry input on Project Labor Agreements (PLAs) and releasing draft Plans & Specifications to aid in preparing future solicitation documents. The project involves constructing a lock foundation, site preparation, excavation, dredging, and placement of sand fill and riprap, along with a sheet pile separator wall and a downstream deflector. The anticipated Firm-Fixed-Price Construction contract is estimated between $25,000,000 and $50,000,000, with a 365-day performance period. The relevant NAICS code is 237990 (Other Heavy and Civil Engineering Construction – Exception Dredging Activities), with a size standard of $37,000,000. USACE is soliciting responses from prime contractors by October 6, 2025, regarding business capabilities, bonding capacity, experiences with PLAs, skilled labor availability, scheduling concerns, and opinions on how PLAs would impact project economy and efficiency.
    The US Army Corps of Engineers, St. Louis District, has issued a solicitation (W912P9-26-R-A001) for the Upper Mississippi River Navigation Ecosystem Sustainability Project (NESP) at Lock and Dam No. 25. This project involves lock foundation and site preparation, with specifications detailed across multiple divisions covering procurement, general requirements, existing conditions, metals, earthwork, exterior improvements, utilities, and waterway/marine construction. Key requirements include electronic submission of Davis-Bacon certified payrolls, specific insurance coverage, environmental protection measures (e.g., bat habitat, bald eagles, mussels, sturgeon spawning, invasive species), strict adherence to lock closure periods, coordination with other contractors and government operations, and detailed safety protocols, especially for diving and floating plant operations. The contractor is responsible for site restoration, utility plans, and adherence to navigation regulations and load restrictions.
    This document outlines the proposal submission instructions, conditions, and notices for offerors responding to the U.S. Army Corps of Engineers (USACE), Mississippi Valley Division, St. Louis District's solicitation for the Lock 25 Lock Foundation and Site Preparation project. The acquisition will use Competitive Source Selection Procedures under a Firm Fixed Price contract. Key instructions include electronic proposal submission via the PIEE Solicitation Module, adherence to specific formatting and content requirements across three volumes (Technical, Small Business Participation, and Price), and mandatory registrations in SAM and PIEE. Offerors must also provide past performance information, detail their construction approach, and for other than small businesses, submit a subcontracting plan. Inquiries are to be submitted via ProjNet Bidder Inquiry by March 20, 2026.
    This document outlines the proposal submission instructions, conditions, and notices for offerors responding to the U.S. Army Corps of Engineers (USACE) solicitation for the Lock 25 Lock Foundation and Site Preparation project. The acquisition will utilize Competitive Source Selection Procedures under a Firm Fixed Price contract with performance periods of 365 days for site preparation and 548 days for the lock foundation. Proposals must be submitted electronically via email by the due date and time, adhering to strict formatting, page limits, and content requirements across three volumes: Technical, Small Business Participation, and Price Proposal. Key aspects include a mandatory site visit, a written inquiry process via ProjNet, and required registrations in SAM and PIEE. Offerors must detail their construction approach, provide past performance references meeting specific criteria, and outline small business participation commitments. Joint ventures and subcontractors require specific documentation. The government intends to award one contract to the best value proposal and reserves the right to conduct discussions. Failure to comply with instructions may lead to proposal rejection.
    This government file outlines the evaluation factors and basis for award for a federal construction contract, controlled by the Army and USACE-MVS-CT. Award will be based on a subjective best value trade-off, considering four factors: Construction Approach, Past Performance, Small Business Participation, and Price. Non-cost factors (Construction Approach, Past Performance, Small Business Participation) must receive at least a “Marginal” rating. Factors 1 and 2 are equally important and more important than Factor 3; Factors 1, 2, and 3 combined are equally important as Factor 4 (Price). Proposals will be evaluated for adequacy, feasibility, and adherence to small business participation targets (25% of subcontracting value), with penalties for non-compliance. Price will be evaluated for reasonableness and realism. A compliant Project Labor Agreement (PLA) is mandatory for award consideration. The document defines various rating terms, including strengths, weaknesses, and deficiencies, and specifies evaluation processes for each factor, including past performance relevancy (within 15 years) and small business commitments.
    The document outlines a comprehensive pricing schedule for a government contract, detailing estimated quantities, unit prices, and extended amounts for various construction and site preparation tasks. The project is divided into a Base Schedule, covering mobilization, site preparation, lock foundation work, dredging, and excavation, and an Option 1 Schedule for an assist vessel. Key items include erosion control, rip rap slope protection, deflector wall installation, steel pipe piles, separator wall installation, concrete mattress work, and scour protection. The pricing schedule notes clarify that quantities are estimated, unit prices take precedence over extended amounts, and offerors must provide prices for all items to avoid disqualification. Special provisions apply to subdivided items (0014 and 0016) regarding quantity variations and adjustments, while optional line items like the assist vessel (1001) are performed only when directed by the Contracting Officer. This structured approach ensures clear pricing and management of potential quantity changes in the contract.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) Form PPQ-0 is a standardized document used in federal government contracting to evaluate a contractor's past performance. It collects detailed information about the contractor, the specific contract, and the project description, including its relevance to future submissions. The form is divided into sections for the contractor to complete (contract and project details) and the client to complete (performance evaluation). The client rates the contractor across various categories such as quality, schedule, customer satisfaction, management, cost/financial management, safety/security, and general compliance using a defined adjective rating system (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable). The PPQ emphasizes the importance of objective evaluation and allows for narrative comments to provide specific strengths, weaknesses, or deficiencies. The completed questionnaire is used by USACE to assess performance risk in proposals, aiming to ensure transparency and accountability in government procurement.
    The Small Business Participation Commitment Document aims to standardize responses and evaluations for small business participation in federal acquisitions, distinct from the Small Business Subcontracting Plan. It requires all offerors, both large and small businesses, to outline their proposed level of small business involvement as prime contractors and/or subcontractors. The document includes sections for identifying the prime offeror's size and categories, detailing the total percentage of work allocated to large and small businesses, and specifying the percentages for various small business subcategories like SDB, WOSB, HUBZone, VOSB, SDVOSB, and HBCU/MI. It also requires a list of principal supplies/services performed by small businesses and a description of the commitment's extent. Offerors other than U.S. Small Businesses must additionally submit a separate Small Business Subcontracting Plan consistent with the commitments in this document.
    This document is a Letter of Commitment to Perform as a Subcontractor for Solicitation W912P926RA001 from the U.S. Army Corps of Engineers. It outlines a subcontractor's intent to perform specific work for an offeror upon contract award. The form requires the subcontractor to provide their name, address, and identify their business classifications (e.g., Small Business, SDVOSB). It details the description of work to be performed and an estimated commitment total for the subcontractor's price. The document emphasizes that the commitment total is based on estimated quantities and may vary, with final compensation tied to actual work performed. It explicitly states that this document is not an actual subcontract, and a separate agreement will define the contractual obligations. Both the subcontractor and offeror must mutually accept the commitment total and provide authorized signatures and dates to affirm the agreement.
    The DoD Checklist for Reviewing Subcontracting Plans (Sept 2019) outlines essential elements for offerors' subcontracting plans, primarily focusing on compliance with FAR and DFARS regulations. It details requirements for setting subcontracting goals for various small business categories (e.g., small business, veteran-owned, HUBZone, small disadvantaged, women-owned) in terms of total dollars and percentages. The checklist also emphasizes the need for descriptions of subcontracted supplies/services, methods for developing goals and identifying sources, and statements regarding indirect costs. Key administrative aspects include naming an individual to manage the subcontracting program, outlining their duties, and describing efforts to ensure equitable opportunities for small businesses. Furthermore, the document mandates assurances for including specific FAR clauses in subcontracts, submitting periodic reports via eSRS or SF 294, and maintaining comprehensive records of source lists, solicitations, outreach efforts, and subcontractor data. It also requires contractors to commit to good faith efforts in utilizing small businesses identified in proposals, providing explanations for failures, and ensuring timely payments to small business subcontractors. Specific instructions are provided for individual, commercial, and master plans, with a strong emphasis on transparency, accountability, and proactive engagement with small business concerns.
    The Small Business Participation/Utilization Reporting form is a critical document for government contractors, designed to track and report the involvement of small businesses in federal, state, and local contracts. This form requires prime contractors to detail their direct small business participation, including any work performed organically by a small business prime, as well as subcontracted efforts. Key data points include Project No., Order Number, Mod No., Award Date, and Award Amount. The form also categorizes small business participation by socio-economic designations such as HubZone, SDB (including 8(a)), VOSB, SDVOSB, WOSB, and SB Other, requiring the prime contractor to select one category if multiple apply. The ultimate goal is to calculate the total dollars performed by small businesses and their percentage of the overall contract. This reporting mechanism ensures transparency and compliance with government initiatives aimed at fostering small business growth and utilization in public sector projects.
    This government file, General Decision Number: MO20260001, effective January 9, 2026, supersedes MO20250001 and details prevailing wage rates and fringes for heavy and highway construction projects across Missouri. It outlines specific rates for various trades, including Carpenters, Electricians, Power Equipment Operators, Ironworkers, and Laborers, categorized by county or regional groups. The document provides detailed classifications for each trade, defining different groups of workers and their corresponding hourly rates and fringe benefits. Additionally, it specifies hourly premiums for certain specialized tasks or equipment within the Power Equipment Operator classifications. The file is crucial for federal, state, and local RFPs, ensuring fair compensation for workers in public construction projects across the state.
    This government solicitation (W912P926RA001) from the U.S. Army Corps of Engineers, St. Louis District, is a Request for Proposal (RFP) for the Lock Foundation and Site Preparation for Lock & Dam 25 Navigation Ecosystem Sustainability Program (NESP) in Winfield, MO. The project involves excavation, dredging, sand fill placement, riprap berm placement, and the construction of a sheet pile separator wall with a deflector. Site preparation includes placing additional dredge borrow upland for a future staging area and installing a sanitary outfall pipe. This is a full and open competition, with proposals evaluated using a best value subjective trade-off method. The NAICS code is 237990 with a $45,000,000 small business size standard. Performance is required within 548 calendar days for the lock foundation and 365 days for site preparation after the Notice to Proceed. The solicitation includes clauses on liquidated damages ($5,380 per day of delay), options for increased quantities, and stringent 'Buy American' requirements for construction materials, with specific rules for domestic content and exceptions for designated countries and unreasonable costs.
    Similar Opportunities
    Loading similar opportunities...