Market Survey/Sources Sought for Calumet Harbor Road Construction and Force Main Inspection
ID: W912P624S0004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST CHICAGOCHICAGO, IL, 60604-1437, USA
Timeline
  1. 1
    Posted Mar 8, 2024, 4:28 PM UTC
  2. 2
    Updated Mar 8, 2024, 4:28 PM UTC
  3. 3
    Due Mar 18, 2024, 7:00 PM UTC
Description

Sources Sought DEPT OF DEFENSE is conducting a market survey for the Calumet Harbor Road Construction and Force Main Inspection project in Chicago, IL. The project involves the construction of a new 20-foot wide gravel access road approximately 3,500 feet in length and closed-circuit television (CCTV) inspection of a 16-inch diameter force main approximately 5,000 feet in length. The contract duration is estimated at 365 calendar days with an estimated cost range between $1,000,000 and $5,000,000. Small businesses certified as HUBZone, 8(a), Woman-Owned Small Business, or Service-Disabled Veteran Owned Small Business are encouraged to respond by email no later than March 18, 2024, at 2:00 PM CT. The response should include company identification, bonding documentation, and descriptions of experience. Small businesses must perform at least 15% of the cost of the contract with their own employees. Registration in the System for Award Management (SAM.gov) is required prior to contract award.

Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Cornucopia Harbor Maintenance Dredging
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers, is conducting a Sources Sought notice for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. The project entails mechanical dredging within the Inner Harbor South Arm, North Arm, and optional work in the Outer Harbor, with dredged materials to be placed in three designated upland sites. This maintenance dredging is crucial for ensuring navigability and safety within the federal navigation channel, and the government is seeking to assess the capabilities of both small and large businesses to inform future procurement strategies. Interested firms are encouraged to complete the attached Sources Sought Survey and submit their responses by 2:00 PM EST on April 10, 2025, to the designated contacts, including Dorretta J. Calhoun-Battles and Michelle Barr, via the provided email addresses.
LHE Rental for CHL Bulkhead Relocation
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Chicago District, is soliciting quotations for Load Handling Equipment (LHE) rental services for the Bulkhead Relocation project at the Chicago Harbor & Lock. The contractor will be responsible for providing LHE, rigging equipment, and qualified personnel to safely load and unload eleven bulkheads and one lifting beam, with each bulkhead weighing approximately 70,000 lbs. This initiative is critical for ensuring the safe and efficient execution of the relocation project, which is aligned with federal goals to promote economic diversity by encouraging participation from Women-Owned Small Businesses (WOSB). Interested small business contractors must submit their proposals by 2:00 p.m. Central Time on April 11, 2025, and can contact Stephanie Boyd at Stephanie.L.Boyd@usace.army.mil for further information.
MISSISSIPPI RIVER BASIN, ROCK ISLAND ARSENAL, ROCK ISLAND, ILLINOIS, NORTH ANNEX EMERGENCY OPERATIONS CENTER AND DISTRICT CONFERENCE ROOMS
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the renovation of the North Annex Emergency Operations Center and District Conference Rooms located at Rock Island Arsenal in Illinois. The project encompasses a comprehensive scope of work, including demolition, structural and architectural updates, plumbing, HVAC, electrical installations, and site work, all while adhering to federal safety and environmental regulations. This renovation is crucial for enhancing the operational capabilities of emergency response facilities, reflecting the government's commitment to infrastructure improvement. The estimated project cost ranges from $5 million to $10 million, with a completion timeline of 365 days post-award. Interested contractors, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their bids electronically by April 30, 2025, and can direct inquiries to Joe Porter at joseph.e.porter@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil.
W912P625BPS01 Big Suamico Harbor Dredging
Buyer not available
The Department of Defense, through the Department of the Army's Chicago District, is preparing to issue a presolicitation notice for the Big Suamico Harbor Dredging project in Wisconsin. This opportunity is aimed at small businesses, as it is a Total Small Business Set-Aside under FAR 19.5, and involves the construction of dredging facilities, classified under NAICS code 237990. The project is critical for maintaining navigable waterways and supporting local commerce, with the solicitation details expected to be released at a later date. Interested parties can reach out to Adam Haley at adam.j.haley@usace.army.mil for further information, although no proposals are being requested at this time.
Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
Buyer not available
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.
New Buffalo Harbor Maintenance Dredging
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for maintenance dredging at New Buffalo Harbor. This project aims to ensure navigability and safety in the harbor by removing sediment and debris, which is crucial for maritime operations and local economic activities. The contract is set aside for small businesses under the Total Small Business Set-Aside program, and interested parties should note that an amendment has been issued to update clauses and provisions related to the solicitation. For further inquiries, potential bidders can contact Michelle Barr at michelle.barr@usace.army.mil or by phone at 313-226-2767.
SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS WATERFRONT FACILITIES PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, AND NM
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on the new construction, repair, and renovation of waterfront facilities at various government installations primarily located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. Interested contractors must demonstrate relevant experience in self-performing major construction work within the last seven years, particularly in projects involving piers, wharves, and bulkheads, utilizing design-build methodologies. The total estimated contract value is $750 million over a five-year period, with responses due by April 15, 2025. Interested parties should contact Shaun Schnurbusch at shaun.m.schnurbusch.civ@us.navy.mil for further information and to submit their qualifications.
Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 5-2023, Cameron Parish, LA (OM23129)
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 5-2023 in Cameron Parish, LA. The service involves providing a fully crewed and equipped self-propelled trailing suction-type hopper dredge for the removal and disposal of shoal material in the Calcasieu River Bar Channel. The work may also be required 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 $5,000,000.00 and $10,000,000.00. The solicitation will be issued on or about 20 March 2023, and interested vendors can access the 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 Lauren A. Gandolfi at (504)862-2466 or lauren.a.gandolfi@usace.army.mil.
DESIGN-BID-BUILD, WTP CLEARWELL REPAIR/REPLACEMENT, NAVAL STATION GREAT LAKES, GREAT LAKES, ILLINOIS
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting bids for a design-bid-build project focused on the repair and replacement of the Water Treatment Plant (WTP) Clearwell at Naval Station Great Lakes in Illinois. This project encompasses a range of construction activities, including hazardous material abatement, the construction of new concrete storage tanks, a pump station, and necessary piping systems, all aimed at enhancing the facility's water treatment capabilities. The successful contractor will be required to demonstrate relevant experience in similar projects and commit to utilizing small businesses, with a minimum participation level of 25% of the total contract value. Proposals are due by April 22, 2025, at 2 PM ET, and interested parties should contact Ashlee Beggs at Ashlee.beggs@navy.mil or 757-341-0564 for further information.
Sources Sought for Construction of Substation A at Rock Island Arsenal, IL
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking small business contractors for the construction of Substation A at Rock Island Arsenal, Illinois. This project involves the Design-Bid-Build (DBB) construction of a new primary 13.8kV substation, which will replace the existing Switching Station A, and includes the installation of a larger building capable of accommodating 27 breakers to meet current and future electrical needs. The estimated contract duration is 647 calendar days, with a funding range between $10 million and $25 million, and interested small businesses must submit their responses by April 8, 2025, to Jacob Pridemore at jacob.s.pridemore@usace.army.mil.