NESP Central Mooring Facilities/Cells Lock and Dam 14 & 15
ID: W912EK24B0016_Mooring_Cells_14_15_IFBType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Rock Island District, is soliciting bids for the construction of Central Mooring Facilities/Cells at Lock and Dam 14 & 15 as part of the Mississippi River Basin Navigation and Ecosystem Sustainability Program. This project involves the construction of sheet pile mooring cells, mechanical dredging, and installation of various protective and structural elements, aimed at enhancing navigation and ecosystem sustainability along the Mississippi River. The estimated contract value ranges between $5 million and $10 million, with a completion timeline of 1,100 consecutive calendar days. Interested small businesses must submit electronic bids by September 16, 2024, at 2:00 PM CT, and can direct inquiries to Bobbi Boeh or Jeffrey R. Voss via the provided contact information.

    Files
    Title
    Posted
    The document pertains to an amendment of the Central Mooring Facilities project at Locks and Dams 14 and 15 on the Mississippi River, specifically related to the downstream mooring cell in Davenport, Iowa. Amendment 0001 indicates the removal of the upper two dolphins from the project specifications. The document details the construction plans, including riprap limits, excavation parameters, and materials to be used, such as bedding stone and riprap, in accordance with Illinois Department of Transportation (ILDOT) standards. The Elevation and scale drawings illustrate the project's design and structural details, aiming to ensure effective scour protection in the mooring cell area. Overall, this document serves as a formal communication within the federal procurement framework, outlining critical changes and specifications essential for the project's execution, adhering to government standards for construction and environmental safety.
    The document outlines Amendment 0001 to Solicitation No. W912EK24B0016 related to the 2022 NESP Mooring Facilities project at Locks and Dams 14 and 15 in the Mississippi River Basin, encompassing areas in Scott County, IA, and Rock Island County, IL. The amendment includes significant revisions to various sections, including the Schedule of Prices, Project Table of Contents, and multiple technical sections, all replaced or updated with new versions dated September 3, 2024. The revised Schedule of Prices details quantities and unit pricing for construction activities such as mobilization, mechanical dredging, mooring cell construction, concrete works, and bedding stone requirements. The document lays out payment procedures for job payment items and unit price payment items, ensuring contractors understand the financial implications of project requirements. Each section emphasizes necessary submittals for government approval and outlines specifications that must be adhered to during construction, including structural steel fabrication and quality assurance measures. This amendment marks a critical update within the context of government contracts aimed at enhancing local infrastructure while ensuring compliance with federal standards.
    The document is an amendment to a solicitation/modification of a contract issued by the U.S. Army Corps of Engineers. The primary purpose is to extend the due date for submissions of an Invitation for Bid (IFB) related to a construction project in Scott County, Iowa, from September 9, 2024, to September 13, 2024. The amendment updates wage determinations and provides details about electronic submission procedures for bids, ensuring compliance with recent federal regulations. It emphasizes the requirement for contractors to submit bids electronically, with no hard copies accepted, and outlines the conditions under which bids will be considered late if submitted after the specified cutoff time. Additionally, the document specifies wage rates for various labor classifications under the Davis-Bacon Act, along with the application of Executive Orders regarding minimum wage rates for federal contractors. This amendment reflects the Rock Island District's commitment to adherence to labor standards and transparency in the contracting process, ultimately facilitating the project while ensuring fair compensation for laborers involved.
    This document is an amendment to a solicitation issued by the U.S. Army Corps of Engineers, aimed at extending the due date for bids on a project to September 16, 2024, at 2:00 PM CT, while also updating submission procedures. Specifically, electronic bids will be required, eliminating the acceptance of hard copies. Instructions are provided for submitting bids via email to the designated contracting officer and specialist, with a warning about potential delays in email delivery. The document outlines that bids submitted after 10:00 AM CST on the day of the opening will be deemed late, and includes details for a teleconference bid opening and requirements for bid guarantees. Additionally, the amendment incorporates deviations from standard FAR clauses concerning bids and bonds, easing certain requirements regarding notarization and the use of corporate seals. This amendment aims to facilitate a smooth bidding process while ensuring the integrity and validation of submissions. The overall purpose is to manage and clarify the solicitation for interested contractors, aligning with federal procedures for request for proposals (RFPs) and grants.
    The document outlines a request for proposals (RFP) related to the Central Mooring Facilities at Lock and Dam 14 & 15. The purpose of the RFP is to solicit bids for the design and construction of mooring facilities intended for barge operations along the waterways. Key objectives include enhancing operational efficiency, ensuring safety standards, and supporting environmental compliance during the construction process. The document likely details specifications required for bidders, including engineering assessments, planned approaches for facility construction, and anticipated timelines for project completion. It is structured to guide prospective contractors on deliverables, qualifications needed, submission guidelines, and evaluation criteria. The RFP represents a vital step in infrastructure development that facilitates commercial navigation while aligning with federal regulations and local needs.
    The document outlines a request for proposals (RFP) related to the Central Mooring Facilities at Lock and Dam 14 & 15. The purpose of the RFP is to solicit bids for the design and construction of mooring facilities intended for barge operations along the waterways. Key objectives include enhancing operational efficiency, ensuring safety standards, and supporting environmental compliance during the construction process. The document likely details specifications required for bidders, including engineering assessments, planned approaches for facility construction, and anticipated timelines for project completion. It is structured to guide prospective contractors on deliverables, qualifications needed, submission guidelines, and evaluation criteria. The RFP represents a vital step in infrastructure development that facilitates commercial navigation while aligning with federal regulations and local needs.
    The document details the Solicitation No. W912EK24B0016 for the Construction of Central Mooring Facilities at Lock and Dam 14 & 15 as part of the Mississippi River Basin Navigation and Ecosystem Sustainability Program, managed by the US Army Corps of Engineers. It outlines special contract requirements, general requirements, and specific construction work, including dredging, concrete work, and installation of various materials such as structural steel and sheet piling. The project has an estimated budget between $5 million and $10 million, with a contract duration of 1,100 consecutive days. Electronic submissions for bids are required, with a deadline for submission set for September 9, 2024. The solicitation emphasizes small business participation and mandates performance and payment bonds. The document includes procedural instructions for prospective bidders, specifying the need for registration in the System for Award Management (SAM). It highlights the importance of adhering to safety standards and environmental controls throughout the construction process to ensure compliance. This solicitation represents a key opportunity within federal contracting frameworks, particularly focusing on sustainable practices and infrastructure development.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mississippi River, Baton Rouge to Gulf of Mexico New Orleans Harbor Cutterhead Dredge Contract No. 2-2023 (OM23136)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Mississippi River, Baton Rouge to the Gulf of Mexico, Saltwater Barrier Sill. The contractor's plant will be used in connection with the construction of a saltwater barrier sill located on the Mississippi River. The work involves placing hydraulically dredged material from a borrow area on the river bottom. The estimated completion time is 64 calendar days. The estimated value of the work is between $5,000,000.00 and $10,000,000.00. The solicitation documents will be posted on SAM.gov. Interested vendors are encouraged to register on SAM.gov. Bidders must be registered with SAM to receive a government contract award. Contact Jason Crockett at jason.d.crockett@usace.army.mil for more information.
    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. 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.
    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.
    Missouri River Navigation Obstruction Removal #2
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Kansas City District, is seeking bids for the removal of navigation obstructions on the Missouri River, specifically targeting underwater bedrock at designated river miles. The project involves dismantling, demolition, removal, and disposal of these obstructions, requiring mobilization to the obstruction areas with floating plant equipment, as land access is not available. This initiative is crucial for maintaining navigable waterways and ensuring compliance with state and federal Clean Water Act guidelines. The contract is a 100% Total Small Business Set-Aside, with an estimated value between $5 million and $10 million, and interested contractors should contact Nathaniel Leyba or Laura Hedrick for further details.
    Mississippi River, Baton Rouge to the Gulf of Mexico, Saltwater Barrier Sill, Cutterhead Dredge Contract Nos. 3-2023
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Mississippi River, Baton Rouge to the Gulf of Mexico, Saltwater Barrier Sill. The contractor's plant will be used in connection with the construction of a saltwater barrier sill located on the Mississippi River. The work involves placing hydraulically dredged material from a borrow area on the river bottom. The estimated completion time is 64 calendar days. The estimated value of the work is between $5,000,000.00 and $10,000,000.00. The solicitation documents will be posted on SAM.gov. Interested vendors are encouraged to register on SAM.gov.
    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. 10-2024 (OM24010)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities in New Orleans, LA, USA. The work involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The project will take place in Mississippi River Southwest Pass and potentially in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated cost for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will be issued on or about 23 February 2024, and the bid opening date will 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.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 5-2023 {OM23005)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for dredging facilities. The service/item being procured is a fully crewed and equipped self-propelled trailing suction type hopper dredge. This 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 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. 6-2023 {OM23006)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities. The service/item being procured is a fully crewed and equipped self-propelled trailing suction type hopper dredge. This dredge will be used for work 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 18 February 2023, and 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.