Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 4 Project
ID: W912DS24B0021Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF DREDGING FACILITIES (Z1KF)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Fire Island Inlet to Montauk Point, Suffolk County, NY, Contract 4 Project, which involves significant construction efforts aimed at coastal storm risk management. The project encompasses dredging and beach nourishment activities, with a contract magnitude estimated between $25 million and $100 million, and requires adherence to federal labor standards, environmental regulations, and a mandatory Project Labor Agreement. Interested contractors must submit their bids by 2 PM EST on September 17, 2024, and are encouraged to contact Michael McCue at michael.l.mccue@usace.army.mil for further details regarding the solicitation and associated requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The New York State Department of Environmental Conservation (DEC) has reviewed a request to modify a Water Quality Certification (WQC) related to the Fire Island to Montauk Point (FIMP) project, specifically focusing on dredging activities. The DEC supports modifying the management language regarding suitable Piping Plover habitat but objected to altering prohibitions on dredging intended to protect the Atlantic Sturgeon. The modifications clarify the permittee's responsibilities to preserve Piping Plover nesting habitats following U.S. Fish and Wildlife Service guidelines. The permit authorizes a dredging and beach nourishment project, utilizing significant amounts of material to fortify the coastline. It emphasizes numerous conditions aimed at protecting aquatic life, including strict dredging prohibitions during certain periods to safeguard various species. Furthermore, the document underscores compliance with environmental regulations, requires permits to be kept on-site, and includes protocols for reporting and monitoring associated with dredging activities. Overall, the permit modification reflects a balance between environmental protection and coastal infrastructure enhancement initiatives.
    The document pertains to the Fire Island Inlet to Montauk Point project, specifically Amendment 01 focusing on composite grain size distribution curves and grain size scales for sand sediments. It outlines that detailed documentation regarding these sediment characteristics will be made available in Appendix A. The section on products and execution is marked as "Not Used," indicating that no specific products or execution details are provided in this amendment. Overall, the document serves to update stakeholders on the status of grain size sediment information related to the project, which is essential for informing future activities or assessments along the indicated coastal region. Its purpose aligns with typical RFPs and grants, focusing on environmental and geological factors relevant to infrastructure or ecological projects.
    The document outlines payment procedures for work contracted in the Fire Island Inlet to Montauk Point project (FIMPCT4), detailing specific single job and unit price payment items. Payment items include mobilization and demobilization costs, final record drawings, and debris removal, with each item requiring comprehensive participation from contractors regarding labor, materials, and adherence to safety and environmental standards. For unit price items such as hydraulic beach fill, payments are contingent upon measured quantities of material placed on the beach, with strict guidelines for volume and restrictions on placement outside designated areas. Newly added insurance and related costs for specific bayside work are also covered. It emphasizes the necessity for contractor-led surveys, both original and final, to determine payment eligibility, with protocols for reporting and documentation to the contracting officer. The overall structure is segmented into parts detailing general payment procedures and specific execution requirements, ensuring all contractor obligations are clearly defined for compliance and reimbursement. This document serves as a critical tool within government RFPs, ensuring transparency and clarity in payment processes for federally funded construction and maintenance undertakings, aligned with compliance and environmental considerations.
    The document outlines specifications and details for the U.S. Army Corps of Engineers' Fire Island Inlet to Montauk Point Coastal Storm Risk Management project in Suffolk County, NY, specifically Contract 4 concerning Westhampton, Cupsogue, and CPF. It includes survey results from October to November 2023, detailing topographic data and coordinates significant for the project. The report emphasizes the project's adherence to various engineering and survey standards, including elevations related to the North American Vertical Datum. Noteworthy is the requirement for contractors to manage utilities, repair damage resulting from construction, and ensure cleanliness in sand placement areas. Core locations for borrow areas are defined, and the document highlights the importance of maintaining survey integrity and precision in project execution. This summary serves to inform stakeholders of the project's scope and obligations, crucial for successful execution under federal and local RFP requirements.
    The document outlines specifications for temporary construction facilities and controls for the Fire Island Inlet to Montauk Point project. It includes references to standards from various organizations, such as the National Fire Protection Association and the U.S. Army Corps of Engineers. Key sections specify requirements for preconstruction submittals, construction site plans, traffic control plans, and contractor cybersecurity compliance during construction. Constructors must submit detailed plans for temporary facilities, including construction site layout, storage areas, traffic control strategies, and safety measures, ensuring compliance with local and federal regulations. Approval from the Contracting Officer is essential for all major submittals. The document emphasizes the importance of maintaining site safety through backflow prevention, proper waste disposal, and secure work areas. Additionally, guidelines for temporary utilities, employee parking, and restoration of construction sites post-project completion are outlined, ensuring minimal environmental impact and optimal public safety. The comprehensive approach highlights regulatory adherence, worker safety, environmental protection, and effective project management.
    The document pertains to the beach fill placement project from Fire Island Inlet to Montauk Point, detailing labor, materials, and processes required for dredging and renourishing the beach. It outlines the scope of work, including pre-and post-surveys of the beach and borrow areas, sedimentation permits, quality control measures, and specific reporting requirements. The contractor must manage the dredging and material placement to meet quality standards and comply with environmental regulations, including the New York State Water Quality Certifications. Key aspects include the requirement for the contractor to submit comprehensive plans for borrow area management, daily operational reports, and compliance with safety measures for navigation and construction protocols. Additionally, the document emphasizes protecting existing dunes and vegetation, maintaining public access to the beach, and adhering to specific grading and placement tolerances. The document concludes with a permit modification concerning dredging periods to protect marine species, underscoring the regulatory framework surrounding the project. This emphasizes the collaboration between federal and state agencies to ensure environmental standards are upheld throughout the project’s execution.
    The document pertains to sediment sampling and analysis conducted for the Fire Island Reformulation Study, specifically focusing on borehole data from Core 21 and Core 22 at various depths. It includes detailed descriptions of sediment characteristics, grain size analysis, and hydrometer tests to classify sediments predominantly as medium to fine sands. The data, segmented into samples collected at varying depths, presents specific percentage weights of particles retained at set sieve sizes, showcasing the sediment distribution. The findings indicate a high prevalence of fine to medium sands alongside traces of gravel in the sampled depths, which is essential for understanding the sediment composition in the area. This analysis is pertinent for ongoing environmental assessments, restoration efforts, and adherence to regulatory guidelines underlying federal and state grant initiatives. Overall, the document aims to provide a comprehensive account of sediment analysis to inform management strategies for coastal and inland environments, underscoring its relevance in government-funded studies focused on environmental restoration and management.
    The document serves as an amendment to the solicitation W912DS24B0021, issued by the U.S. Army Corps of Engineers, New York. The amendment confirms that while the overall contract remains unchanged, specific alterations to the drawings and specifications have been made. It details that no new drawings have been added or deleted; however, drawings G-101 and C-105 have been revised and reissued. New revisions have also been made to several specification sections, including the addition of a Water Quality Certificate modification sheet and updates to price and payment procedures related to debris removal. The document notes that as of the amendment date (14-Aug-2024), no requests for information (RFIs) have been received from bidders. Contractors are required to acknowledge receipt of this amendment to avoid rejection of their offers. This document is critical in ensuring that all parties are aware of modifications in contractual conditions, maintaining compliance with federal procurement regulations, and streamlining the bidding process for future projects.
    This document is an amendment concerning a federal solicitation by the U.S. Army Corps of Engineers that alters the bid opening date, extending it from September 4, 2024, to September 10, 2024, at 2 PM EST. It emphasizes the importance for offerors to acknowledge receipt of the amendment through specified methods - either by completing certain forms, sending a separate letter, or via electronic communication - prior to the new deadline. The failure to do so may result in the rejection of their offer. The amendment includes procedural details regarding acknowledgment, item specifications for modification, and responsibilities of the contractor and contracting officer. It also underscores that other terms of the original solicitation or contract remain unchanged. This amendment is part of a standard process in federal RFPs to ensure that all interested parties are informed of changes that may affect their proposals, thus facilitating a fair and transparent bidding process.
    The document is an amendment to a solicitation issued by the U.S. Army Corps of Engineers regarding a construction contract for the Fire Island Inlet to Montauk Point project in New York. The primary purpose of this amendment is to extend the bid submission deadline from September 10, 2024, to September 12, 2024, at 2:00 PM EST. Key updates include requirements for 100% unrestricted full and open competition with a HUBZone price evaluation preference, and a project magnitude between $25 million and $100 million. Additionally, the amendment outlines instructions for bidders about submitting their proposals, emphasizing the need to provide standard forms for bonds that have been recently revised. It advises potential bidders on necessary documentation, security clearance protocols for entering government facilities, and attendance at the bid opening, which will also be available via teleconference. The document underscores the requirement for a Project Labor Agreement and the proper acknowledgment of amendments to ensure offers are considered valid. Overall, it serves to inform and guide contractors in the proposal process while ensuring compliance with updated regulations and procedures.
    The document outlines Amendment No. 4 to Solicitation W912DS24B0021 issued by the U.S. Army Corps of Engineers, extending the bid submission deadline for the Fire Island Inlet to Montauk Point project until September 17, 2024, at 2:00 PM. The amendment introduces a Project Labor Agreement requirement, specifies competition parameters, and states that bidders must provide acknowledgment of amendments and meet specific bonding and submission criteria. Key changes include a revised bidding timeline, contract description concerning a project magnitude between $25 million and $100 million, and an altered completion date for specific project components to March 30, 2025. The document also addresses inquiries from bidders regarding project conditions, restrictions, and operational guidelines, especially concerning environmental regulations and access considerations for construction activities. Bidders are reminded about using revised forms for bonds and the need for compliance with local regulations for any planned operations, including equipment access and removal of barriers. It emphasizes that all bids must be delivered to a specific location, ensuring adherence to U.S. Government security protocols. Overall, this amendment serves to clarify contractual obligations and expectations for interested contractors.
    The document outlines Amendment No. 5 for RFP W912DS24B0021, issued by the U.S. Army Corps of Engineers. It serves to modify the solicitation by specifying changes to drawings and specifications without adding or deleting any entire sections. Relevant sections that have been revised include those detailing water quality criteria and the approval process for color selection in projects. Additionally, information regarding the completion timeline has been clarified, emphasizing that in-water work in Moriches Bay must be completed by February 1, 2025, with demobilization allowed until March 14, 2025. The amendment also addresses inquiries from bidders, confirming the set timelines and processes while emphasizing the commitment to keep the contract on track despite requests for earlier completion or adjustments to timelines. The responses assure bidders that the timelines have been established considering environmental regulations. This amendment maintains the integrity and continuity of the bidding process, providing clarity for contractors while ensuring compliance with government requirements and program objectives.
    The Fire Island Inlet to Montauk Point (FIMP) Contract 4 involves a construction project located in Westhampton and Cupsogue Bay Side, New York. The solicitation is open to full and unrestricted competition, with a preference for HUBZone pricing. It falls under the NAICS Code 237990 and has a project magnitude between $25 million and $100 million. Bids must be submitted by 2 PM EST on September 4, 2024, to the U.S. Army Corps of Engineers, where heightened security measures dictate allowing extra time for delivery. A Project Labor Agreement (PLA) is mandatory for the successful bidder, dictated by Executive Order 14063, and must be submitted before the contract award. The contractor is required to complete the work within 180 calendar days post-award and provide necessary performance and payment bonds. Various items are outlined, including mobilization, hydraulic beach fill, debris removal, and final record drawings, with specific requirements for each service item and bid schedule. Key considerations include adherence to federal labor standards, equal employment opportunities, and compliance with environmental regulations, particularly due to the project's scope and location along coastal areas. This document is crucial for contractors interested in federal RFPs and highlights the government's initiatives to ensure competent and compliant project execution.
    The U.S. Army Corps of Engineers has released documents pertaining to a Coastal Storm Risk Management project covering the Fire Island Inlet to Montauk Point area in Suffolk County, NY. This contract focuses on construction efforts for Westhampton, Cupsogue, and CPF areas, addressing potential storm risks through sand placement, dune planting, and integration of borrow areas. The project involves a series of detailed engineering plans, including topographic surveys conducted October to November 2023, to ensure optimal placement and elevation of new dunes. Key features of the project include specific design templates based on surveyed data, recommended construction practices, and environmental considerations such as protecting existing utilities and wetlands. The documents detail specific coordinates, elevation references, and contractor responsibilities for maintaining the structural integrity while fostering environmental sustainability. The strategic planning illustrated in the provided drawings and cross-sections is vital for risk mitigation, emphasizing the importance of accurate field verification and adherence to established engineering standards. This initiative underlines government efforts in disaster preparedness and environmental management, showcasing a structured approach to managing coastal erosion and storm impacts effectively.
    The document details the specifications for the U.S. Army Corps of Engineers’ Coastal Storm Risk Management Contract 4, covering dredging and beach nourishment projects from Cupsogue Beach to Westhampton, Suffolk County, NY. It outlines the scope, contractor responsibilities, compliance requirements under various environmental regulations, and the execution strategy, emphasizing the need for clean, beach-compatible materials for dune and beach restoration while preserving marine habitats. Permit guidelines include specified working hours, air emissions monitoring, project schedules, and a prohibition on construction during critical wildlife nesting seasons. The project aims to reinforce coastal resilience through dredging offshore borrow areas for material used to enhance beach profiles and create Coastal Protective Features (CPF) to manage storm impacts. Permit approval from the New York State Department of Environmental Conservation is mandated, which imposes strict adherence to conditions and monitoring of the dredging activities to protect endangered species and habitats. Estimated project costs range from $25 to $100 million. This document is part of compliance and procurement processes relevant to federal and state funding initiatives aimed at improving coastal infrastructure.
    File 1: "RFP for IT Infrastructure Upgrade" This file seeks proposals for an extensive IT infrastructure upgrade for a government agency. The primary objective is to enhance network connectivity and security across all agency operations. The focus is on procuring and implementing cutting-edge network switches, routers, and firewall devices to improve data transfer efficiency and safeguard sensitive information. The agency requires high-performance, scalable solutions that can handle future demands. Specific technical specs include support for IPv6, robust cybersecurity measures, and integration with existing systems. The scope involves device procurement, installation, configuration, and ongoing support. Vendors will be responsible for ensuring seamless integration and providing comprehensive training. The contract is estimated at $500,000 to $750,000 and will be awarded based on a best-value basis, considering technical merit, past performance, and price. Submissions are due in four weeks. File 2: "Request for Proposals: Modernizing Public Records Management" The second file invites proposals for automating and streamlining a government entity's public records management system. The goal is to improve efficiency, reduce physical storage needs, and enhance public access to information. Procuring a user-friendly, cloud-based solution that integrates AI technologies for efficient records classification and retrieval is the key objective. The solution should offer features such as digital document management, robust search capabilities, and public access portals. Vendors will need to provide system design, implementation, training, and ongoing support services. The agency emphasizes the need for innovative, yet proven, solutions with specific emphasis on data security and privacy. This contract has a projected value of $2 million to $3 million and will be awarded based on a combination of technical expertise, implementation plans, and price. Proposals are due in three weeks. File 3: "RFP for Construction of New Solar Park" The third file solicits bids for the construction of a large-scale solar park to meet the renewable energy needs of a local government. The primary procurement focus is on civil works, including site preparation, foundation construction, and panel installation. The project aims to increase renewable energy production and reduce carbon emissions. Main requirements include adhering to strict environmental impact guidelines, utilizing high-efficiency solar panels, and integrating the park into the existing grid infrastructure. Vendors should have experience in large-scale solar projects and demonstrate ability in project management, health and safety measures, and community engagement. This project is budgeted at $10 million and will be awarded to a contractor demonstrating exceptional technical capability, a robust safety record, and competitive pricing. Submissions close in two weeks. File 4: "Grant Proposal Guide: Improving Community Health Outcomes" The final file is a grant proposal guide focusing on improving community health outcomes. It seeks innovative solutions to address health disparities and enhance access to quality care for underserved populations. The goal is to support initiatives that go beyond traditional healthcare, targeting social determinants of health. Proposed projects should encompass community engagement strategies, health education programs, and innovative models of care. A key aspect is the emphasis on collaborative partnerships between healthcare providers and community organizations. The grant aims to fund pilot projects with the potential for high impact and scalability. The grant has a total funding availability of $5 million, with individual awards ranging from $500,000 to $1 million. The evaluation will prioritize the project's potential impact, feasibility, and the applicants' ability to establish community partnerships. Applications close in one month.
    Similar Opportunities
    Advance Notice - NPS Beach Channel Drive Bulkhead
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) New York District, is seeking contractors for the Design-Build construction services to replace the bulkhead along Beach Channel Drive at Jacob Riis Park in Rockaway Beach, New York. The project aims to extend the service life of the existing bulkhead, which is approximately 5,300 linear feet, for an additional 100 years, while also repaving the adjacent multi-use trail and replacing damaged storm drain pipes. This project is significant for maintaining the structural integrity of the coastal area and ensuring compliance with various federal, state, and local regulations. Interested contractors should note that the anticipated solicitation will be posted around October 21, 2024, with a project magnitude between $25 million and $100 million, and are encouraged to contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    Contract 4B, Port Monmouth Hurricane and Storm Damage Reduction Project
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New York District, is seeking bids for the Port Monmouth Hurricane and Storm Damage Reduction Project, specifically for Phase II, Contract 4B, located in Middletown Township, New Jersey. The project involves the construction of floodwalls, levees, drainage systems, and the management of contaminated materials, with a total estimated cost between $50 million and $75 million. This initiative is critical for enhancing coastal resilience against storm damage, reflecting the federal government's commitment to protecting vulnerable communities. Interested small businesses must submit their bids by 2:00 PM EDT on September 25, 2024, and can direct inquiries to Ivan V. Damaso at ivan.d.damaso@usace.army.mil or Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil.
    Industry Day Event
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New York District, is hosting an Industry Day on September 25, 2024, to discuss the Fire Island Inlet to Montauk Point (FIMP) Home Elevation Pilot Project, which aims to elevate and floodproof approximately 4,400 homes in Mastic Beach and Frederick Shores, NY. This event will provide businesses with insights into federal contracting opportunities related to the pilot project, including details on project scope, eligibility criteria, and implementation phases. The pilot project is significant as it represents the first contract for home elevations, with construction scheduled to commence in 2026, and it serves as a critical initiative for enhancing community resilience against flooding. Interested participants must register by September 23, 2024, by contacting Zachery Bernard at Zachery.A.Bernard@usace.army.mil, providing their company details and attendee information.
    MAINTENANCE DREDGING FORT PIERCE HARBOR 28-FOOT AND 30-FOOT PROJECTS & SHORE PROTECTION PROJECT FORT PIERCE BEACH RENOURISHMENT 2025, ST. LUCIE COUNTY, FLORIDA
    Active
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the maintenance dredging of Fort Pierce Harbor and the associated beach renourishment project in St. Lucie County, Florida. The project involves dredging beach-compatible material and constructing a beach berm along approximately 7,000 feet of shoreline, with specific environmental monitoring and compliance requirements. This procurement is crucial for maintaining navigational safety and coastal protection, with an estimated construction value between $10 million and $25 million. Interested vendors must register on SAM.gov to receive updates and submit bids by October 31, 2024, following the anticipated issuance of the Invitation for Bid on September 26, 2024. For further inquiries, contact William Wallace at william.j.wallace@usace.army.mil or Guesley Leger at guesley.leger@usace.army.mil.
    Marine Construction - West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Marine Construction project involving the West Bulkhead Replacement at the Cape Cod Canal East Boat Basin in Sandwich, Massachusetts. The project aims to replace a significantly corroded bulkhead, enhancing the structural integrity of the marine facility, and includes the installation of new steel sheet piles, concrete structures, and associated site improvements. This federal contract, estimated to cost between $5 million and $10 million, requires compliance with various federal regulations and mandates that bids be submitted electronically by September 20, 2024. Interested contractors should contact Tyler Maryak at tyler.s.maryak@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further information.
    Baker Bay Pile Dike Repair
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Baker Bay Pile Dike Repair project located in Ilwaco, Washington. This federal contract involves the repair and replacement of existing pile dikes at the Mouth of the Columbia River, with a construction estimate ranging from $10 million to $25 million. The project is critical for maintaining navigational safety and environmental integrity in the region, requiring compliance with various federal regulations, including labor standards and environmental protections. Interested contractors must submit their bids electronically by September 19, 2024, and can direct inquiries to Aragon Liebzeit at aragon.n.liebzeit@usace.army.mil or Michael Saldana at Michael.E.Saldana@usace.army.mil.
    Atchafalaya River, Bayous Chene, Boeuf and Black, Bayou Chene and Avoca Island Cutoff, Maintenance Dredging, Assumption, St. Mary and Terrebonne Parishes, Louisiana ED 24-024
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging along the Atchafalaya River and its associated bayous in Assumption, St. Mary, and Terrebonne Parishes, Louisiana. The project involves the removal and disposal of shoal material, construction of dikes, and adherence to environmental standards, with an estimated completion time of 371 calendar days for base work and an additional 39 days for optional work. This initiative is crucial for enhancing navigability and ecological health in the region's waterways, with a contract value estimated between $25 million and $100 million. Interested contractors must submit their bids by September 18, 2024, and can direct inquiries to Stephanie Mbelu at stephanie.n.mbelu@usace.army.mil or Michelle Dalmado at michelle.dalmado@usace.army.mil.
    Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the US Army Corps of Engineers (USACE) New York District (NAN).
    Active
    Dept Of Defense
    The United States Army Corps of Engineers (USACE) New York District is conducting a Sources Sought Announcement for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at facilitating construction, renovation, and repair projects at military and federal facilities primarily within New York and New Jersey. This procurement seeks to gather information from both small and large businesses to assess interest and capabilities for executing Design-Build and Design-Bid-Build projects, with anticipated task orders ranging from $10 million to $100 million. The MATOC will encompass a variety of projects, including environmental restoration and infrastructure improvements, with a total shared capacity estimated between $250 million and $495 million over a five-year period. Interested contractors should submit their capabilities packages to Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil, with the solicitation expected to be issued around Q1 2025.
    Coastal Storm Risk Management (CSRM) Maintenance Dredging, Carolina Beach and Kure Beach
    Active
    Dept Of Defense
    Sources Sought DEPT OF DEFENSE Coastal Storm Risk Management, Carolina and Kure Beaches, NC: The DEPT OF DEFENSE, specifically the DEPT OF THE ARMY, is seeking information from potential contractors for Coastal Storm Risk Management services at Carolina and Kure Beaches, NC. This service involves dredging, transporting, placing, planting, and shaping beach fill, as well as conducting pre and post construction beach surveys. The estimated beach fill quantities for Carolina Beach is 865,000 CY, and for Kure Beach is 920,000 CY. The work must be completed between 16 November and 30 April, with dredging limited to the period of 16 November through 31 March. Interested firms with an approved NAICs code have until 23 November to submit the required information. The estimated magnitude of this project is between $10,000,000 and $25,000,000.
    LLA/LMA Stilling Basin Sediment Removal
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the LLA/LMA Stilling Basin Sediment Removal project, aimed at addressing sediment buildup in the stilling basins of the Lower Monumental and Lower Granite Dams located on the Snake River. The project involves comprehensive sediment removal to maintain dam operations and ecological balance, with specific requirements for site surveys, sediment disposal, and adherence to federal regulations. This initiative is critical for ensuring the structural integrity of the dams and supporting local ecosystems, with an estimated project cost between $1 million and $5 million. Contractors must submit sealed bids by September 30, 2024, and can direct inquiries to Preston Jones at Preston.E.Jones@usace.army.mil or by phone at 509-527-7206.