SOLICITATION NOTICE
Y -- Keweenaw Upper Breakwater Repairs
- Notice Date
- 6/17/2025 11:17:58 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W072 ENDIST DETROIT DETROIT MI 48226-5000 USA
- ZIP Code
- 48226-5000
- Solicitation Number
- PANGLR-25-P-0000005496
- Response Due
- 7/2/2025 11:00:00 AM
- Archive Date
- 07/17/2025
- Point of Contact
- Noah Bruck, Kari Tauriainen
- E-Mail Address
-
Noah.R.Bruck@usace.army.mil, Kari.Tauriainen@usace.army.mil
(Noah.R.Bruck@usace.army.mil, Kari.Tauriainen@usace.army.mil)
- Description
- THIS IS A PRE-SOLICITATION NOTICE. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. The US Army Corps of Engineers (USACE) Detroit District is seeking contractors with the capability to provide construction services for the Keweenaw Upper Breakwater Repairs project. The United States Army Corps of Engineers (USACE) owns and maintains the West Breakwater in the Keweenaw Waterway (Upper) Entry near Houghton, Michigan. The breakwater is approximately 2,645 feet long and consists of timber crib and rubble mound construction. The inner 845 feet is a timber crib with concrete cap covered in armor stone. The remaining 1,800 feet of the breakwater is rock filled timber crib covered in armor stone. The breakwater was constructed as part of several projects that began in 1898 with the outer 1,800 feet finished in 1933. Rehabilitation projects have also been completed on the breakwater with the last occurring in the early 2000s. Non-native stamp sand is currently migrating through and/or over the breakwater into the Federally Authorized Channel which is increasing the frequency and costs related to keeping the channel at its authorized depth. The breakwater will be modified by increasing the height and providing filter material to prevent passage of stamp sand material through and/or over the breakwater into the channel. Improvements will be completed from STA 0+30 to STA 4+00 with optional improvements from STA 4+00 to STA 4+50. The work includes the excavation, hauling, and disposal of stamp sand within the specified confined disposal facility, the excavation and rework of existing armor stone, and supply and placement of bedding stone (D-Stone), core stone (C-Stone), and armor stone(A-Stone), and incidental related work. The North American Industrial Classification System (NAICS) code for this work is 237990, Other Heavy and Civil Engineering Construction, which has a small business size standard of $45.0 million in average annual receipts. The Government intends to solicit this opportunity as an Invitation for Bid (IFB). The IFB is intended to be issued as unrestricted and the Government intends to award to the lowest priced bid that is determined to be responsible. General Information: The Government intends to issue a Firm-Fixed Price (FFP) Construction Contract. Anticipated Solicitation Posting Date: July 2025 Anticipated Proposal Due Date: August 2025 The solicitation package materials, documents, drawings, specifications, and attachments to the anticipated solicitation will be available only electronically and via the System for Award Management (SAM). Contractors can access SAM free of charge at www.sam.gov. The solicitation posted on SAM.gov will include a link to all solicitation documents which will be stored in the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) system. Contractors may register for PIEE free of charge at https://piee.eb.mil/. In order for interested contractors to conduct business with the Federal Government, contractors must be registered in PIEE prior to the proposal due date and in SAM.gov prior to any award. Hard copy documents will NOT be supplied by the Government to any interested parties as a result of this Pre-Solicitation Notice or the upcoming solicitation. Electronic proposal submissions will be required through the PIEE Solicitation Module suite at https://piee.eb.mil/. Please note the Government will not be maintaining a bidders list during the solicitation period. However, vendors are strongly encouraged to review the ""Interested Vendors List"" found on sam.gov for this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/be08848a9e11479683f68fae337b0d3e/view)
- Place of Performance
- Address: Houghton, MI, USA
- Country: USA
- Country: USA
- Record
- SN07480480-F 20250619/250617230048 (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 |