Pre-Solicitation Notice: Millwood Bridge Deck Replacement
ID: W9127S25BA001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW076 ENDIST LITTLE ROCKLITTLE ROCK, AR, 72201-3225, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 6:00 AM UTC
Description

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.

Files
No associated files provided.
Lifecycle
Title
Type
Presolicitation
Similar Opportunities
Bayou Meto Canal 1000 Phase 3.2
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the Bayou Meto Canal 1000 Phase 3.2 project, which involves the construction of an extensive irrigation canal system in Lonoke County, Arkansas. The project requires the contractor to furnish all necessary labor, materials, and equipment to construct 14,665 linear feet of canal, along with various structures including farm offtakes and siphons, with a total contract value exceeding $10 million. This procurement is set aside for small businesses, and proposals will be evaluated based on technical merit, management approach, past performance, and price, with a contract duration of 763 days. Interested vendors should monitor the Procurement Integrated Enterprise Environment (PIEE) for the solicitation release, expected around April 16, 2025, and submit proposals by May 20, 2025; for further inquiries, contact Sequoria Chatmon at sequoria.l.chatmon@usace.army.mil or call 901-544-0973.
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 bids 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 remediation, as well as replace expansion joint sealants and address concrete spalling. This initiative is crucial for maintaining the structural integrity and safety of the dam, reflecting the Army Corps' commitment to public infrastructure. Interested vendors must have an active registration in SAM.gov and are encouraged to contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902 for further details. The estimated contract value ranges between $100,000 and $250,000, with a total small business set-aside designation.
Dashields Locks and Dam Upper Guide Wall Stabilization
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Pittsburgh District, is soliciting bids for the Dashields Locks and Dam Upper Guide Wall Stabilization project in Corapolis, PA. This project involves the construction of two stone buttresses on either side of the Upper Guide Wall along the Ohio River, aimed at enhancing the structural integrity of the guide wall and adjacent sheet pile wall. The contract, which is set aside for small businesses, has an estimated value between $5 million and $10 million and requires completion within 365 calendar days after the notice to proceed. Interested bidders must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to participate, with the Invitation for Bid expected to be issued on January 29, 2025. For further inquiries, contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie Ferguson at connie.l.ferguson@usace.army.mil.
$98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
Buyer not available
Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at awarding contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The procurement process will follow a two-phase evaluation, with Phase 1 assessing past performance and management approaches, while Phase 2 will focus on technical and pricing proposals. This contract is crucial for ensuring quality construction and restoration of real property, emphasizing collaboration with USACE and adherence to strict quality control and management standards. Interested contractors must have an active registration in SAM.gov and submit proposals through the PIEE portal by April 10, 2025, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
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.
Stoplogs and Lifting Beam for Copan Lake, OK
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Tulsa District, is preparing to solicit bids for the fabrication, painting, and delivery of four stoplogs and one lifting beam for Copan Lake, Oklahoma. This procurement is critical for maintaining the operational integrity of the lake's infrastructure, which plays a vital role in water management and flood control. The solicitation is set to be issued on or about April 16, 2024, with a closing date approximately 30 days thereafter, and is exclusively open to small businesses. Interested contractors must ensure they are registered in the System for Award Management (SAM) and include the applicable NAICS code 332312 in their profiles. For further inquiries, potential bidders can contact Miguel Martinez at miguel.a.martinez2@usace.army.mil or by phone at (918) 669-7366.
WD Mayo Alignment Cell
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Design-Build project to construct a replacement guide wall extension cell at the W.D. Mayo Lock and Dam 14, part of the McClellan-Kerr Arkansas River Navigation System (MKARNS). This project aims to enhance the structural integrity and functionality of the lock and dam system, which is crucial for maintaining navigation and water management in the region. The opportunity is set aside for small businesses under the SBA guidelines, with the NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction. Interested parties should contact Tyler Hastings at tyler.a.hastings@usace.army.mil or 918-669-4396, or Shawn Adkins at shawn.a.adkins@usace.army.mil or 918-669-7483 for further details.
Repair Building 110, Big Gun Shop Design-Build Watervliet Arsenal NY
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the design-build repair of Building 110, Big Gun Shop at Watervliet Arsenal, New York. This project encompasses Phase I repairs, including substructure work, exterior and interior renovations, and upgrades to various systems such as compressed air, domestic water, and fire suppression. The facility, a significant industrial and manufacturing site, requires these repairs to maintain operational efficiency and safety standards. The contract, set aside for small businesses, has an estimated value between $25 million and $100 million, with proposals evaluated based on best value trade-off criteria. Interested parties should contact Mohenda R. Surage at mohandra.r.surage@usace.army.mil or Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil for further details.
CJ Brown Construction - Stilling Basin Concrete Repair
Buyer not available
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.