Mississippi River Basin, Lock 19, Keokuk, IA, Nose Pier Replacement and Bulkhead Recesses
ID: W912EK25RA018SOLType: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ROCK ISLANDROCK ISLAND, IL, 61299-5001, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Rock Island District, is soliciting proposals for the replacement of the nose pier and bulkhead recess at Lock 19 on the Mississippi River in Keokuk, Iowa. The project encompasses a base bid and two options, including the extension of the river wall monolith, mobilization, hydrographic surveys, concrete removal, mechanical dredging, and the installation of precast concrete segments, among other tasks. This initiative is crucial for enhancing navigational safety and structural integrity along the river basin, with an estimated contract value ranging from $25 million to $100 million and a completion timeline of up to 973 consecutive calendar days if all options are awarded. Interested contractors should direct inquiries to Bobbi Boeh at bobbi.s.boeh@usace.army.mil or Jeffrey R. Voss at Jeffrey.R.Voss@usace.army.mil, with proposals due following the pre-bid site visit scheduled for June 30, 2025.

    Files
    Title
    Posted
    This document outlines a federal Request for Proposal (RFP) for construction-related services involving a River Wall Extension and Bulkhead Recess project. The RFP specifies several key tasks, including mobilization, construction facility provision, hydrographic surveys, and mechanical dredging. Itemized pricing is required for various job components, which include concrete placement, reinforcing, bulkhead assembly fabrication, and installation. There are three main bidding options: a base bid for the extension and recess, an option for a land wall bulkhead recess, and an option for an upstream bulkhead sill test fit. Each option has associated line items requiring detailed pricing. The document emphasizes that all bids must include delivery costs and be submitted completely to avoid non-responsiveness. Notably, the maximum contract duration is limited to 973 days after the notice to proceed, with specific timeframes for exercising options. Compliance with federal procurement regulations is underscored, reflecting the government's commitment to thorough execution of infrastructure projects while maintaining accountability and efficiency.
    This government file outlines a Request for Proposals (RFP) for a construction project involving mobilization, dredging, excavation, and the installation of precast concrete components, as well as associated electrical work. The document specifies various tasks, categorized by item numbers, and details quantities and unit measures, including jobs such as hydrographic surveys, removal of appurtenances, and bulkhead assembly. The project is divided into a base bid and two options, each requiring pricing for all line items listed. The total contract durations are specified, with a maximum of 973 days from the Notice to Proceed for any combination of awarded options. Bidders are instructed to include delivery fees and to ensure all submissions are complete to avoid being deemed non-responsive. This RFP demonstrates the government's intent to procure services for complex construction activities while ensuring compliance with federal regulations and bidding processes, indicative of infrastructure development and maintenance initiatives.
    The document details the Mississippi River Lock No. 19 Nose Pier Replacement and Bulkhead Recess project, emphasizing the accompanying site photographs from August 2024. It includes a comprehensive collection of images showcasing various structural views, particularly the forebay and upstream guidewall, with specific references to numerous monoliths. In addition, historical photographs from the 1956 construction of Lock 19 and Lock 16 are included, providing context and insight into the development of the structure over time. This documentation serves to support federal and state local RFPs by illustrating the project's scope and laying the groundwork for future funding opportunities or proposals. The project's visual evidence underscores the ongoing need for maintenance and upgrades, reflecting governmental priorities in infrastructure reliability and safety. Overall, this file furnishes vital information for stakeholders involved in federal grants and RFPs aimed at enhancing and preserving critical waterways infrastructure.
    The document outlines a federal solicitation for a project involving the replacement of the nose pier and bulkhead recess at Lock 19 on the Mississippi River in Keokuk, Iowa, managed by the U.S. Army Corps of Engineers. The project emphasizes structural enhancements, including detailed plans for electrical layouts, site conditions, and general construction notes. Essential elements include existing utility management, reinforcement of structures, and adherence to safety standards throughout construction. The design package contains comprehensive drawings, boring locations, and survey control points, all aimed at ensuring the project meets regulatory compliance and engineering requirements. Key construction considerations include maintaining access to nearby facilities, managing existing utilities, and ensuring proper environmental controls are established. This initiative demonstrates a significant investment in improving infrastructural integrity while addressing operational and environmental concerns along the river basin.
    The document outlines an amendment to a federal solicitation regarding the Lock 19 Nose Pier Replacement and Bulkhead Recess project, under solicitation number W912EK25RA018. It extends the timeline for submitting offers and emphasizes the necessity for offerors to acknowledge receipt of the amendment by specified methods. A preproposal meeting is scheduled for 30 June 2025 at Lock 19, requiring attendees to pre-register and follow safety protocols, given the area’s restricted status. Technical inquiries related to the solicitation are to be submitted via the ProjNet system, ensuring all prospective vendors can access and respond to questions raised. Additionally, the amendment introduces FAR 52.242-5, which mandates timely payments to small business subcontractors, detailing procedures for notifying the contracting officer regarding any reduced or untimely payments. The amendment's focus on compliance, safety, and contractor accountability underscores the importance of these requirements in government contracting processes.
    The document outlines detailed engineering plans related to the "Nose Pier Replacement and Bulkhead Recess" project at Lock 19 on the Mississippi River, managed by the U.S. Army Corps of Engineers. It includes various amendments and updates to the original solicitation (Solicitation No. W912EK25RA018) issued on June 11, 2025. Key components consist of construction drawings, material specifications, and methodologies for the removal of existing concrete and construction of new structures, focusing on structural integrity and compliance with local and federal regulations. Details such as cross bracing assembly and various component dimensions, fabrication requirements, and welding specifications are emphasized. The document ensures that the construction aligns with ASTM standards for materials used, including steel grades, and highlights safety measures to manage lead-based paint and other hazardous materials during demolition. The overall purpose of this document is to facilitate project execution while ensuring safety, regulatory compliance, and structural durability, thus contributing to improved navigational safety in the Mississippi River basin.
    This government solicitation pertains to a construction project titled "Lock 19 Nose Pier Replacement and Bulkhead Recess," located in Keokuk, Iowa. The project is issued under solicitation number W912EK25RA0180002 by the U.S. Army Corps of Engineers, with an estimated budget range between $25 million and $100 million. The contractor is expected to commence work within a specified timeframe and must complete the project in 638 consecutive calendar days, extending to 973 days if an optional third phase is awarded. Key components of the solicitation require bidders to submit sealed offers and guarantees, confirming compliance with performance and payment bonds. The process follows the Lowest Price Technically Acceptable (LPTA) evaluation method. All questions regarding the solicitation should be directed via Projnet. Additionally, specific standards, timelines, and requirements for offer acceptance are outlined to ensure clarity and accountability in project execution. This document exemplifies typical government RFP protocols, underscoring the structured process required for public sector construction contracts, which focuses on transparency, competition, and adherence to federal regulations.
    The document outlines Amendment 0002 for the Lock 19 Nose Pier Replacement and Bulkhead Recess project, specifically related to solicitation W912EK25RA018. It extends the response due date for proposals and outlines the amendment of contract terms, including schedule modifications and preproposal meeting details. The proposal must adhere to a Lowest Price Technically Acceptable (LPTA) evaluation approach, emphasizing the submission of technical proposals, past performance documentation, and pricing information by a specified deadline. It details the required technical qualifications, including relevant experience in construction and a thorough evaluation of past performance. The evaluation factors include technical merit, past performance, and price—each assessed on an acceptable/unacceptable basis. Furthermore, the document mandates that all proposals be submitted in a specific digital format with recommendations for content organization, ensuring clarity and adherence to guidelines. It establishes the necessity for a Small Business Subcontracting Plan for large businesses and emphasizes the inclusion of safety and compliance measures during project execution. This amendment signals the federal government's commitment to maintaining project timelines while encouraging competitive bidding and transparency in the procurement process.
    The document pertains to a federal solicitation for the replacement of the nose pier and bulkhead recess at Lock 19 on the Mississippi River, specifically in Keokuk, Iowa. It outlines the necessary construction plans, stages of work, and specifications that contractors must follow. The project involves detailed engineering drawings, including electrical plans and construction work limits, while highlighting requirements for staging areas and contractor access. Key elements include the installation of new electrical systems, conformance with safety protocols, management of existing water supply connections, and the structural extension of the river wall with associated armoring and corner reinforcements. The specifications also indicate the need for rigorous adherence to construction standards and coordination with various stakeholders to meet regulatory compliance. The comprehensive nature of the document reflects the Army Corps of Engineers' commitment to maintaining and upgrading infrastructure to support navigation and safety objectives, ensuring long-term operational efficacy at the site. Overall, this solicitation serves as a critical guide for contractors interested in bidding on this federal project, emphasizing rigorous standards and collaborative planning.
    This government file outlines a request for proposals (RFP) for construction services, emphasizing various tasks required for a river wall extension and bulkhead project. Key items include mobilization, temporary construction facilities, hydrographic surveys, and multiple phases of dredging and excavation. Fabrication and installation of precast elements such as wall segments and bulkheads are outlined, along with specific quantities for materials like reinforcing and structural steel. The proposal details pricing structure across three options—Base Bid, Option 1 (Land Wall Bulkhead Recess), and Option 2 (Upstream Bulkhead Sill)—with guidance on pricing inclusivity of delivery fees. The document establishes that all bids must be complete to avoid being deemed non-responsive. The government retains the right to exercise options within a defined timeframe after the project's notice to proceed. The overall contract duration is capped at 973 days, specifying conditions for contract extensions. The file serves as a critical component in federal and state project solicitations, ensuring compliance and clarity in expected deliverables from prospective contractors.
    The document outlines the third amendment for solicitation W912EK25RA018 regarding the LOCK 19 NOSE PIER REPLACEMENT AND BULKHEAD RECESS project. This amendment includes updates to project plans, specifications, and schedules, while ensuring compliance with federal wage determinations for employees engaged in construction under the Davis-Bacon Act. Key evaluation criteria for bidders encompass technical capability, past performance, and price, adhering to a Lowest Price Technically Acceptable approach. Offerors must demonstrate relevant experience through previous projects, emphasizing specific construction techniques such as floating plants and precast concrete structures. Critical timelines for project milestones are specified to ensure the lock closure requirement is met. The evaluation process will favor proposals that achieve acceptable ratings in technical and past performance factors, with price serving as a decisive factor for award selection. This structured approach aims to foster a competitive procurement environment while guaranteeing technical merit and cost efficiency in compliance with federal contracting standards.
    The document pertains to the Mississippi River Lock 19 project led by the U.S. Army Corps of Engineers, focusing on the replacement of the guard gate and necessary rehabilitations across multiple construction stages from the original 1950s design through subsequent updates until 2014. It details a comprehensive reference plan set covering various structural aspects, including the lock's nose pier, bulkhead recess, repair notes, and specific materials used throughout the project phases. The plan includes extensive specifications on structural steel requirements, welding standards, testing protocols for critical members, and guidelines on quality control to ensure compliance with established federal and engineering standards. A pivotal goal is to enhance the functionality and safety of the lock system, particularly in accommodating shipping traffic while maintaining structural integrity. The initiative illustrates a commitment to infrastructure modernization, emphasizing safety, environmental compliance, and resource management across the Mississippi River Basin. The series of detailed sheets and notes encapsulate technical prerequisites and project expectations crucial for contractors and stakeholders involved in the bidding and execution phases of the project.
    The U.S. Army Corps of Engineers solicits proposals for the replacement of the nose pier and bulkhead recess at Lock 19 on the Mississippi River in Keokuk, Iowa, under Solicitation No. W912EK25RA018. The estimated project cost ranges from $25 million to $100 million, requiring the selected contractor to complete the work within a maximum of 973 calendar days. The procurement approach is “Lowest Price Technically Acceptable,” with evaluations based on technical capabilities, past performance, and price. Proposals must include detailed response to specified requirements, including past projects demonstrating relevant experience, a proposed schedule, a completed pricing schedule, and compliance with representations and certifications. A prebid meeting will occur on June 30, 2025, for contractors to view the site. Questions must be submitted through ProjNet by July 14, 2025. The document outlines regulations for submissions and evaluation criteria, ensuring bidders meet technical and performance standards while offering a fair price. The process underscores the emphasis on competitive procurement within government contracts, ensuring both cost-efficiency and quality outcomes. Proposers are encouraged to review project intricacies and safety requirements thoroughly.
    The document is a geotechnical investigation report prepared by ABCD Geotechnical-JV, LLC for the US Army Corps of Engineers concerning the proposed nose pier replacement and bulkhead recess at Lock 19 in Keokuk, Iowa. It outlines the purpose of the investigation, which is to gather subsurface data necessary for the design and construction of the project, including conditions of existing structures and geological assessment of the site. Key findings reveal that the existing nose pier is in fair condition but has suffered from barge impacts. The report details the geology of the site, describing alluvial soil layers, the presence of bedrock, and the composition of materials encountered during drilling. Recommendations for construction include in-the-wet and in-the-dry methods, addressing foundation requirements for the new structures, and demolition procedures for the existing pier. It emphasizes the importance of proper excavation techniques considering the proximity to existing structures and conditions of the bedrock. Overall, this geotechnical report serves as a crucial component for ensuring safe and effective engineering practices in the ongoing infrastructure improvements at Lock 19, underscoring the project’s significance for navigation and maintenance operations on the Mississippi River.
    The document pertains to the Lock 19 project in Keokuk, Iowa, specifically addressing the solicitation W912EK25RA018, which relates to the construction of a nose pier and bulkhead recesses. A site visit is planned for July 30, 2025, to facilitate contractor assessment and engagement for the project. The included signup sheet indicates names of individuals or representatives interested in attending the site visit, with one confirmed participant being Steve Smith from Richards Electric Motor. This initiative outlines critical steps in the government’s procurement process for infrastructure development, aiming to enhance navigational and operational efficiency at Lock 19. The presence of a site visit signals the government's commitment to transparency and thorough assessment prior to project execution.
    Similar Opportunities
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 3-2025, which involves the construction and maintenance of a saltwater barrier sill along the Mississippi River. The project requires contractors to mobilize, perform dredging operations, and provide standby services, with an estimated construction magnitude between $10 million and $25 million, depending on available funding. This contract is crucial for environmental management and flood control in the region, ensuring the integrity of the river ecosystem. Interested bidders must register with the System for Award Management (SAM) and comply with various guidelines, including the Equal Opportunity clause, with bids evaluated based on price and compliance. For further information, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    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.
    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.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025 (OM25275)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging work on the Mississippi River, specifically from Baton Rouge to the Gulf of Mexico, under the project titled "Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025." The project requires the provision of a fully crewed and equipped cutterhead dredge with a discharge size of 30 inches or greater, along with all necessary equipment and crew, to ensure the maintenance of critical waterways. This dredging operation is vital for maintaining navigability and supporting commercial shipping activities in the region, with an estimated contract value ranging between $10 million and $25 million. Interested vendors should register on Sam.gov and may contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further details regarding the solicitation process.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.