CJ Brown Construction - Stilling Basin Concrete Repair
ID: W912QR25QA029Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST LOUISVILLELOUISVILLE, KY, 40202-2230, USA

NAICS

Poured Concrete Foundation and Structure Contractors (238110)

PSC

OPERATION OF OTHER UTILITIES (M1NZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 21, 2025, 5:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the CJ Brown Construction - Stilling Basin Concrete Repair project located at the CJ Brown Dam & Reservoir in Springfield, Ohio. The project involves concrete repair, elastomeric paint removal, and core sampling/testing, with a total estimated cost between $25,000 and $100,000, and is exclusively set aside for small businesses under NAICS code 238110. This initiative is crucial for maintaining infrastructure integrity and ensuring compliance with federal labor standards, including adherence to the Davis-Bacon Act, which mandates specific wage rates for construction workers. Interested contractors must submit their proposals by the specified deadline, with work expected to commence within ten calendar days after the Notice to Proceed and to be completed within 60 days. For further inquiries, contact Jennifer King at jennifer.l.king2@usace.army.mil or call 502-315-7425.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 3:06 PM UTC
The document outlines the procedural guidelines for offerors regarding submission inquiries related to a specific solicitation (W912QR25QA029) through the ProjNet system. It details how bidders can register and access the Bidder Inquiry System, emphasizing that proposals must not be submitted via ProjNet but according to the solicitation provisions. Offerors must verify all inquiries against existing documents before submitting new ones, as inquiries will be acknowledged via email, followed by responses from the government. The document also clarifies that responses from the government are not binding unless formal amendments are issued, and the ability to submit inquiries will close five days before the proposal deadline. Additionally, it states that the evaluation of offers is confidential, and the status will not be disclosed post-submission. The comprehensive instructions aim to ensure clarity and compliance among offerors while streamlining the inquiry process for more efficient proposal submission and evaluation.
Apr 1, 2025, 3:06 PM UTC
The government solicitation W912QR25QA029 encompasses a project for the construction and repair of the CJ Brown Stilling Basin Concrete at CJ Brown Lake, Springfield, Ohio. The project has an estimated cost between $25,000 and $100,000 and is exclusively set aside for small businesses under the NAICS code 238110. Contractors are required to begin work within ten calendar days post-award and complete all tasks within 60 calendar days following the notice to proceed. Notably, performance and payment bonds are mandated; however, a performance bond is not needed if an irrevocable letter of credit is provided instead. The requirements for submitting offers include sealed bids and guarantees, which must adhere to specified timelines for consideration. The document stipulates specific clauses related to labor standards, payment procedures, and Buy American requirements for construction materials. Furthermore, it mentions electronic submission protocols for payment requests and highlights the Department of Defense’s regulations relevant to contractual agreements. Overall, this solicitation serves as a framework for procurement aimed at reinforcing small business participation while ensuring compliance with federal contracting standards.
Apr 1, 2025, 3:06 PM UTC
This government document outlines a Request for Proposal (RFP) for a contractor to oversee concrete repair, elastomeric paint removal, and core sampling/testing at the C.J. Brown Dam & Reservoir in Springfield, Ohio. The contractor must provide all necessary personnel, equipment, and materials, ensuring compliance with federal, state, and local regulations. Work is scheduled to commence within 10 calendar days after the Notice to Proceed and conclude within 60 days. The scope includes damaged concrete repairs in specific areas identified in attached photographs, with detailed specifications on removal procedures and core sampling requirements. A mandatory pre-work site visit is scheduled, and contractors are encouraged to attend. Key aspects also include requirements for safety training, accident prevention plans, and adherence to security protocols for personnel. The contractor is responsible for quality control and environmental compliance, maintaining public safety and reporting any accidents or damage. This contract underscores the importance of proper bidding practices, safety regulations, and quality assurances within public sector construction projects, illustrating the government's strategic approach to infrastructure maintenance and resource allocation.
Apr 1, 2025, 3:06 PM UTC
The document outlines the general decision regarding wages for construction projects in Ohio, referenced as General Decision Number OH20250001, effective March 14, 2025. It updates wage rates applicable to contracts under the Davis-Bacon Act and specifies the minimum wage requirements tied to Executive Orders 14026 and 13658, mandating at least $17.75 per hour for certain contracts initiated or renewed after January 30, 2022. For earlier contracts, the minimum wage is $13.30 per hour. The decision includes specific wage rates and fringe benefits for various trades, such as bricklayers, cement masons, carpenters, and electricians across numerous Ohio counties. It emphasizes the importance of compliance with minimum wage standards and outlines the contractors' responsibilities regarding worker classification and compensation. Furthermore, the documentation is part of federal government RFPs and pertains to both federal and local construction projects, ensuring adherence to labor standards and fostering fair labor practices throughout Ohio's heavy and highway construction sectors.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Buckhorn Tailwater Stabilization
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting bids for the Buckhorn Tailwater Stabilization project in Buckhorn, Kentucky. This initiative aims to repair approximately 500 feet of streambank along Squabble Creek, which has suffered severe erosion due to a flood event in 2022, affecting adjacent camper pads and campground infrastructure. The project encompasses site preparation, slope repair, paving of camper pads and driveways, and includes optional tasks for additional asphalt milling and repairs, all while ensuring compliance with environmental protections and safety standards. Interested small businesses must submit their bids by May 8, 2025, at 10:00 AM ET, and can contact Ethan Phillips at ethan.s.phillips@usace.army.mil or 502-315-6545 for further information. The estimated construction value ranges between $500,000 and $1,000,000, with the contract awarded based on the lowest bid received.
ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. The procurement aims to enhance the safety and structural integrity of the dam through comprehensive engineering solutions, including geotechnical assessments and adherence to federal safety standards. This project is critical for maintaining flood control and ensuring the reliability of water management systems in the region. Interested contractors must submit their proposals electronically by April 18, 2025, with a total estimated contract value between $250 million and $500 million. For further inquiries, potential bidders can contact Adyson Medley at adyson.medley@usace.army.mil or by phone at 502-315-6211.
Buckhorn Tailwater Streamline Erosion
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is preparing to issue an Invitation for Bid (IFB) for the Buckhorn Tailwater Streambank Erosion project in Buckhorn, Kentucky. The project involves essential construction activities including re-grading the slope for repair, placing riprap stone armoring, and replacing concrete and gravel camper pads, among other related tasks. This procurement is significant for maintaining the integrity of the streambank and ensuring safe access for campers and visitors in the area. The contract, which is set aside for 100% small business participation, is expected to have a value between $500,000 and $1,000,000, with the solicitation anticipated to be released around January 13, 2024. Interested contractors should contact Adyson Medley at adyson.medley@usace.army.mil for further information and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
Spillway Bridge Painting and Concrete Repairs, Barre Falls Dam, Hubbardston, MA
Buyer not available
The U.S. Army Corps of Engineers, New England District, is soliciting proposals for the painting and concrete repairs of the spillway bridge at Barre Falls Dam in Hubbardston, Massachusetts. The project requires contractors to provide all necessary labor, materials, equipment, and transportation to clean, prepare, and paint the bridge's steel components, which include lead paint removal, as well as replace expansion joint sealants and address concrete spalling as optional tasks. This initiative is crucial for maintaining the structural integrity and safety of the dam, reflecting the Army Corps' commitment to public infrastructure. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by April 14, 2025, with an estimated contract value between $100,000 and $250,000. For further inquiries, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
Pre-Solicitation Notice: Millwood Bridge Deck Replacement
Buyer not available
The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the Millwood Bridge Deck Replacement project at Millwood Lake and Dam in Little River, Arkansas. This project, classified under NAICS Code 237310 for Highway, Street, and Bridge Construction, involves concrete spall repair, failed patch repair, concrete crack sealing, and related work, with a construction magnitude estimated between $500,000 and $1 million. The contract will be set aside for small businesses, with a size standard of $45 million, and is expected to be awarded as a firm fixed-price construction contract following a price-only evaluation. Interested contractors should monitor the Procurement Integrated Enterprise Environment (PIEE) and the Government Point of Entry (GPE) for the solicitation, which is anticipated to be issued around April 17, 2025. For inquiries, contact Shelby Henson at shelby.m.henson@usace.army.mil or 501-340-1249.
MS RIVER MI 616-326 STONE REPAIRS TO REVETMENTS AND DIKES, FY25 FC/MR&T, MS RIVER BASIN, CHANNEL IMPROVEMENT PROGRAM INDEFINITE DELIVERY/INDEFINITE QUANTITY, (IDIQ)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is soliciting proposals for stone repairs to revetments and dikes along the Mississippi River, specifically between mile markers 616 and 326, as part of the Fiscal Year 2025 Channel Improvement Program. The project involves an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a total capacity of $30 million, including a minimum guarantee of $8 million, and encompasses tasks such as grading, stone paving, and environmental protection under varying water conditions. This initiative is crucial for maintaining and enhancing flood protection and the reliability of river infrastructure, reflecting the government's commitment to safeguarding local communities. Interested bidders must submit their proposals by April 22, 2025, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
Riprap Overlay at Pomona Lake Project Dam
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting bids for the Riprap Overlay at Pomona Lake Project Dam, located in Osage County, Kansas. The project involves regrading and overlaying damaged portions of the upstream embankment slope with bedding and riprap, along with necessary repairs to access roads, debris removal, and other incidental work. This construction project is crucial for maintaining the integrity of the dam and ensuring safety in the surrounding area. The solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a bid due date extended to April 18, 2025, at 9 AM CDT. Interested contractors can reach out to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Matthew Wilson at MATTHEW.J.WILSON@usace.army.mil for further inquiries.
Installation of Concrete Pads, Utilities, and Provision and Installation of Prefabricated Shelter, Townshend Lake, Townshend, VT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the installation of concrete pads, utilities, and the provision and installation of a prefabricated shelter at Townshend Lake in Townshend, Vermont. The project involves reestablishing existing water, sewer, and electric connections, installing new concrete pads, and procuring and installing a fiberglass shelter, all aimed at enhancing recreational facilities in compliance with federal standards. This procurement is set aside for small businesses, with a contract value estimated between $25,000 and $100,000. Interested vendors must have an active registration in SAM.gov and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
Lock & Dam 7 Outdraft Modification
Buyer not available
The Department of Defense, through the Department of the Army, is seeking contractors for the Lock & Dam 7 Outdraft Modification project located in La Crescent, Minnesota. This procurement involves modifying the existing weir and constructing a new rock weir structure at Lock & Dam 7, in accordance with the provided contract drawings and specifications. The project is significant for enhancing the infrastructure of non-building facilities, and it is set aside 100% for small businesses, with a firm fixed-price contract expected to range between $5 million and $10 million. Interested parties should contact Justin H. Rose at justin.h.rose@usace.army.mil or by phone at 651-290-5422 for further details.
Replace and Repair Lock Control System - Smithland Lock and Dam
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and repair of the lock control system at the Smithland Lock and Dam in Brookport, Illinois. This project involves the replacement of existing control stands, lock instrumentation equipment, and control cabling, as well as updates to the lock operations interlock system to ensure compliance with current standards. The initiative is crucial for enhancing the operational efficiency and safety of the dam's infrastructure, with a contract value estimated between $1 million and $5 million. Interested small businesses must submit their proposals electronically by April 21, 2025, and can contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further information.