Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2025 SAM #8586
SOLICITATION NOTICE

Y -- Conemaugh River Lake Accumulated Sediment Dredging Project

Notice Date
5/28/2025 11:11:27 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST PITTSBURGH PITTSBURGH PA 15222-4198 USA
 
ZIP Code
15222-4198
 
Solicitation Number
W911WN25BA013
 
Response Due
7/1/2025 8:00:00 AM
 
Archive Date
07/15/2025
 
Point of Contact
RAELYN DAY, Phone: 412-395-7278, CONNIE FERGUSON, Phone: 4123957551
 
E-Mail Address
raelyn.m.day@usace.army.mil, connie.l.ferguson@usace.army.mil
(raelyn.m.day@usace.army.mil, connie.l.ferguson@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers, Pittsburgh District, requirement to perform dredging and ancillary work at the Conemaugh River Lake. Conemaugh River Lake is located in both Indiana and Westmoreland County, Pennsylvania, near Tunnelton, PA. Major features of the work for the Conemaugh River Lake Dredging Project will generally involve the following: Dredging to remove accumulated sediments within the Lake between the upstream Stone Arch Bridge and the Conemaugh Dam; Constructing a Dredged Material Management Area (DMMA) and handling, dewatering, and stabilizing dredged material within it; Transporting dewatered, dredged material from the DMMA to an offsite disposal facility; Ancillary site work including erosion and sediment controls, gravel roadway improvements, and site restoration; Various environmental and traffic work restrictions exist which will need to be adhered to during construction; Once dredging is complete, the project area will be returned to pre-existing conditions, including seeding of disturbed areas and wetland seeding as required; The contractor will be required to adhere to USACE Construction Quality Management concepts and procedures. The contractor will be required to furnish all materials proposed for installation, and will be responsible for properly stockpiling, disposing, or recycling, as appropriate, respective items removed. The work shall be completed within 685 calendar days after receipt of the written Notice to Proceed. Per DFAR 236.204(i) the magnitude of construction is between $10,000,000.00 and $25,000,000.00. The North American Industrial Classification System (NAICS) for this procurement is 237990 ? Dredging (e.g., canal, channel, ditch, waterway) and the small business size standard is $37,000,000.00. This acquisition will be procured as a 100% Small Business Set-Aside. The resulting award will be for one (1) Firm-Fixed-Price (FFP) Contract. All responsible Bidders are encouraged to participate. The Invitation for Bid (IFB) will be issued online through Procurement Integrated Enterprise Environment (PIEE) which posts the opportunity to SAM.gov; therefore, requests for hardcopies of the solicitation will not be honored. Information regarding the U.S. Army Corps of Engineers process for settling requests for equitable adjustments and duration goals to achieve definitization of equitable adjustments for change orders under construction contracts can be found by going to https://www.usace.army.mil/Business-With-Us/Partnering/ then clicking on View FFP Contract Changes Playbook Here.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be312cdab3f44b899ad8b45d9910c9d0/view)
 
Place of Performance
Address: 1665 Auen Rd.Saltsburg, PA 15681-8102 15681
Zip Code: 15681
 
Record
SN07457678-F 20250530/250528230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.