It's on us. Share your news here.

Conemaugh River Lake, PA. Accumulated Sediment Dredging Bid Project

Posted on March 26, 2025

Notice ID
W911WN25BA004

Related Notice

Department/Ind. Agency
DEPT OF DEFENSE

Sub-tier
DEPT OF THE ARMY

Major Command
US ARMY CORPS OF ENGINEERS

Sub Command
ENGINEER DIVISION GREAT LAKES AND OHIO

Office
W072 ENDIST PITTSBURGH

Looking for contract opportunity help?

APEX Accelerators(opens in new window)

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window)for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (PTAP).

General Information

Contract Opportunity Type: Sources Sought (Original)
Original Published Date: Mar 26, 2025 09:59 am EDT
Original Response Date: Apr 09, 2025 05:00 pm EDT
Inactive Policy: 15 days after response date
Original Inactive Date: Apr 24, 2025
Initiative:
None

Classification
Original Set Aside:
Product Service Code: Y1QA – CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
NAICS Code:
237990 – Other Heavy and Civil Engineering Construction
Place of Performance:
Saltsburg , PA 15681
USA

Description

The U.S. Army Corps of Engineers, Pittsburgh District, has an upcoming dredging and ancillary project 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; and

• 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 limits of the DMMA and the area to be dredged are provided. The contractor is responsible for providing the best management practices (E&S controls, DMMA design, road improvements, etc.) to complete the requirements of the dredging project. Project is scheduled to be completed prior to the FY 27 recreation season at the Conemaugh River Lake.

The work shall be completed within 685 calendar days after receipt of the written Notice to Proceed.

Interested Sources must provide the following information:

Company name, address, and point of contact, with his/her phone number and email address
CAGE Code and UEI Number
Business size to include any official teaming arrangements as a partnership or joint venture
Details of recent, similar projects and state whether you were the Prime or Subcontractor
Start and end dates of construction work
Project references (including owner with phone number and email address)
Project cost, term and complexity of job
Information on your bonding capability – SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES
Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement.

NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.

Email responses to Raelyn.M.Day@usace.army.mil and Connie.L.Ferguson@usace.army.mil. This Notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.

NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.

All contractors must be registered and active in the System for Award Management (SAM.gov) prior to award of a contract or receipt of Bid/Proposal/Quote. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).”

Those not currently registered can obtain registration by going to the SAM. The process for an active registration can take 12-15 days. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) prior to processing their registration. If you do not already have a Unique Entity Identifier (UEI), request a UEI for free by visiting Dun & Bradstreet (D&B) at https://fedgov.dnb.com/webform/ which takes 1-2 business days for processing.

ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement applies to both new and existing entities. The notarized letter is mandatory and is required to be submitted to the GSA Federal Service Desk (FSD).

Information can be found at https://www.fsd.gov/gsafsd_sp?id=kb_article_view&sysparm_article=KB0016652&sys_kb_id=32924a0a1b4bf050070f202ce54bcb38&spa=1)

Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (formally known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.

To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) located on the SAM.gov homepage located in the Most Popular Help Items after selecting Help.

Source

It's on us. Share your news here.
Submit Your News Today

Join Our
Newsletter
Click to Subscribe