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 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.
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.
$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.
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.
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.
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.
Construction Service Projects - Basic Ordering Agreements (BOAs)
Buyer not available
The Department of Defense, through the Army Contracting Command - Rock Island (ACC-RI), is issuing a Request for Proposal (RFP) for Basic Ordering Agreements (BOAs) aimed at acquiring various construction services for the Pine Bluff Arsenal (PBA) in Pine Bluff, Arkansas. This solicitation, designated as W519TC-24-R-2011, is a Total Small Business Set-Aside and will allow contractors to submit proposals for BOAs that will be valid for up to five years, enabling them to compete for future task orders as they arise. Contractors must adhere to specific compliance requirements and submit proposals without pricing information by the deadline of May 7, 2025, at 3:00 PM (CST), while also ensuring they meet security and safety standards for accessing the PBA. For further inquiries, interested parties can contact Heather Johns at heather.b.johns.civ@army.mil or Bethany Carbajal at bethany.n.carbajal.civ@army.mil.
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.