Rock Supply for Blackhawk Park
ID: W912ES25QA018Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Other Crushed and Broken Stone Mining and Quarrying (212319)

PSC

MINERAL CONSTRUCTION MATERIALS, BULK (5610)

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, is seeking qualified contractors to supply and deliver various tonnages of rock materials for the Blackhawk Park project in De Soto, Wisconsin. The procurement involves providing R30 and R140 riprap and B1 and B2 bedding materials, which are essential for stabilizing the riverbank along the Mississippi River to prevent erosion and maintain the park's structural integrity. This project is part of federally funded initiatives aimed at environmental conservation and infrastructure maintenance, emphasizing the importance of quality materials that meet ASTM specifications and rigorous testing standards. Interested small businesses must submit their proposals by August 1, 2025, and can contact Justin H. Rose at justin.h.rose@usace.army.mil or Sharon Frank-Scheierl at Sharon.m.frank-scheierl@usace.army.com for further details.

    Files
    Title
    Posted
    This document serves as an amendment to a federal solicitation regarding the Black Hawk Bridge (Lansing Bridge) closure, altering the solicitation's response deadline from June 23, 2025, to August 1, 2025. The extension aims to accommodate necessary adjustments such as new quarries, routes, and quotes due to the bridge's status. Bidders must acknowledge receipt of this amendment in their submissions to ensure their offers are considered. It is emphasized that all quotes submitted must encompass all costs related to the project, as no additional funds will be provided post-closure of the bridge. Relevant updates and information concerning the bridge's closure can be found through listed resources, reinforcing the necessity for thorough planning and compliance from contractors involved in the solicitation process. Overall, the amendment illustrates the government's adaptability in the face of logistical challenges impacting contract execution.
    The document details the "Blackhawk Park Bank Stabilization" project located in De Soto, Wisconsin, managed by the U.S. Army Corps of Engineers. The primary objective is to stabilize the riverbank along the Mississippi River to prevent erosion and preserve the structural integrity of Blackhawk Park. Spanning multiple stockpile plans, the file outlines quantities and types of materials to be delivered, including various bedding and riprap, as well as designated sites for unloading. Each sheet provides technical information such as elevation datum and coordinate systems, which are essential for planning and executing the bank stabilization efforts. The project is part of federally funded initiatives aimed at environmental conservation and infrastructure maintenance, highlighting the coordination among various engineering and construction teams. The comprehensive documentation emphasizes adherence to regulations and operational standards necessary for the project's success and safety in execution, ensuring that environmental impacts are minimized.
    The document outlines the procedures and requirements for a Small Business Set-Aside solicitation by the U.S. Army Corps of Engineers. Offerors are instructed to submit pricing in whole penny amounts and must complete an SF 1449 form or acknowledge the solicitation's terms and conditions. The preferred method for submission is via email to the contract specialist, Justin Rose, but mailed submissions are also accepted at the specified St. Paul address. Entities must be registered in the System for Award Management (SAM) to qualify. Additional assistance is available through APEX Accelerators for SAM-related inquiries. The document emphasizes the importance of compliance with federal regulations and promotes small businesses' participation in government contracts, demonstrating the government’s commitment to supporting local economies through equitable procurement practices.
    The document is a solicitation for commercial products and services specifically targeting Women-Owned Small Businesses (WOSBs). It outlines the contract requirements for the delivery of rock supplies to Blackhawk Park, including specifications for riprap and bedding materials. The contractor must adhere to security protocols when accessing federal installations and comply with various federal regulations and clauses pertaining to employment eligibility, labor standards, and small business classifications. The solicitation emphasizes using the E-Verify program for employment eligibility verification and includes provisions for ensuring compliance with security training and physical access protocols. The delivery of supplies is set with specific quantities and deadlines, with strict conditions for contractor responsibilities regarding transportation and installation. The document serves as a structured guide for potential bidders to understand their obligations and the framework of the procurement process regarding federal projects aimed at supporting WOSBs while ensuring compliance with government contracting standards.
    The Rock Supply Scope of Work (SOW) outlines the requirements for providing R30 and R140 riprap and B1 and B2 bedding materials for a project at Blackhawk Park, De Soto, WI. The contractor is responsible for all necessary materials, labor, and equipment, with delivery to specified stockpile locations without obstructing access or existing structures. The materials must meet ASTM specifications and rigorous gradation and testing requirements to ensure quality and durability in the Upper Mississippi River environment. Deliveries are scheduled to commence on October 5, 2025, with a defined rate of material delivery coordinated with the Contracting Officer’s Representative. All involved parties must adhere to safety regulations and the contractor is responsible for snow removal in the access areas. Sources of materials must be pre-approved and delivered in compliance with set procedures, including weighing and documentation of each truckload. The SOW emphasizes testing, monitoring, and evaluating material integrity throughout the project to uphold quality standards, highlighting the importance of careful logistical management and regulatory adherence. This document serves as a specification for stakeholders involved in the procurement and delivery of construction materials for public works, showcasing structured processes typical of government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    56--LIMESTONE/RIP RAP ROCKS FOR FWS WELAKA NWR
    Interior, Department Of The
    The U.S. Department of the Interior, through the U.S. Fish and Wildlife Service (FWS), is soliciting bids for the supply and delivery of limestone and rip rap rocks for the Welaka National Fish Hatchery. The procurement requires approximately 260 tons of various rock materials, including 80 tons of rip rap rocks, 80 tons of 4 stone, and 100 tons of Florida DOT certified lime rock road base, all intended for stockpiling at the hatchery to support the development of a nature trail. This opportunity is set aside for small businesses, with a firm-fixed-price contract structure, and the deadline for submitting quotes is December 15, 2025, by 5:00 PM EST. Interested contractors should contact Chantal Bashizi at chantalbashizi@fws.gov or call 703-358-1854 for further details.
    Rock (Gravel and Ditch Liner)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to supply road rock (gravel) and ditch liner for delivery to designated training areas at Fort Riley, Kansas. The procurement aims to fulfill specific material requirements as outlined in the solicitation documents, ensuring that the training areas are adequately equipped for operational readiness. The materials are critical for maintaining infrastructure and supporting military training activities. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Shawn Stratton at shawn.c.stratton.civ@army.mil or by phone at 785-307-6851.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    FY26 anticipated stone work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating stone work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction and repair tasks related to existing dikes, revetments, and river training structures, including bank grading, excavation, and stone placement, with projects expected to be awarded under Multiple Award Task Order Contracts (MATOC) or Single Award Task Order Contracts (SATOC). These projects are crucial for maintaining the integrity of river infrastructure and ensuring navigational safety along the Mississippi River. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details, with project costs estimated to range from $0-$10 million and schedules subject to change as designs are refined.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Cedar Rapids Flood Risk Management Project, Reach 4 Phase 1 Downstream River Floodwall and Pump Station
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Rock Island District, is soliciting bids for the Cedar Rapids Flood Risk Management Project, specifically for the Reach 4 Phase 1 Downstream River Floodwall and Pump Station in Cedar Rapids, Iowa. The project entails extensive construction activities, including site demolition, utility removals, and the construction of a cast-in-place concrete floodwall and pump station, with an estimated contract value ranging from $25 million to $100 million. This initiative is crucial for enhancing flood risk management in the area, ensuring the safety and resilience of the community against potential flooding events. Interested contractors must submit their bids electronically by January 8, 2026, at 2:00 PM CST, and are encouraged to direct any inquiries to the primary contacts, Samantha Johanson and Brunson Grothus, via the provided email addresses.
    Stone and Soil MBPA on Fort Drum
    Dept Of Defense
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to establish a Blanket Purchase Agreement (BPA) for stone and soil materials under NAICS code 212312: Crushed and Broken Limestone Mining and Quarrying. The BPA will require suppliers to provide various products, including light and medium stone fill, subbase materials, washed stone, dry rip wrap, railroad ballast, screened topsoil, and pea stone, which are essential for maintaining roads, culverts, parking lots, and grass areas within the Fort Drum cantonment. Interested parties must be registered with the System for Award Management (SAM) and submit their Unique Entity Identifier (UEID) and CAGE Code to the primary contact, Kayla Rogers, at kayla.m.rogers14.civ@army.mil, with a courtesy copy to additional contacts provided in the notice. The BPA will be evaluated annually and may remain in place for up to five years, with considerations for price, socio-economic status, past performance, and technical capabilities.
    FOUNTAIN CITY SERVICE BASE MATERIAL TRUCKING
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Fountain City Service Base Material Trucking project, which involves the removal of contaminated soil from a designated site in Fountain City, Wisconsin. The scope of work includes the excavation of contaminated soil, transportation to a specified location, and subsequent testing of the site for further contamination. This project is critical for environmental remediation and is set aside exclusively for small business concerns, with an anticipated contract value ranging from $500,000 to $1,000,000. Interested parties can reach out to Theodore Hecht at the provided email or phone number for further details.
    PRESOLICITATION NOTICE FOR UPPER APPLETON WALL REPAIR, APPLETON, OUTAGAMIE COUNTY, WISCONSIN
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Upper Appleton Wall Repair project located in Appleton, Outagamie County, Wisconsin. The project involves the rehabilitation of a 150-year-old masonry stone wall, which includes removing existing materials, applying a waterproofing system, and replacing materials on both sides of the Upper Appleton hydropower plant, addressing increased seepage issues. This construction effort is critical for maintaining the structural integrity of the hydropower facility and is estimated to cost between $5 million and $10 million, with a completion timeline of 439 calendar days. Interested small business contractors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation, which is expected to be advertised in the second quarter of Fiscal Year 2026. For further inquiries, contact Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378.