Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published August 16, 2025 at 8:00 PM
Updated August 17, 2025
Site work for a water / sewer project in Vicksburg, Mississippi. Completed plans call for site work for a water / sewer project.
W912EE TCPP - BAYOU COCODRIE DRAINAGE STRUCTURE REPAIR PROJECT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Solicitation Number W912EE25QA022 is being issued as a request for quote (RFQ) with the intent to issue one Firm-Fixed Price Contract. This solicitation is being issued under a 100% HUBZone Set Aside. The NAICS code for this procurement is 238120 - Structural Steel and Precast Concrete Contractors, with a small business size standard of $19M. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, Vicksburg District: Objective of this requirement is for the repair of the Bayou Cocodrie drainage structure. This repair includes, but is not limited to, replacing and adjusting gate wedges and wedge blocks, repairing embedded metal (gate slots and frames), replacing gate anodes and seals, replacing riverside-stoplog slots, and refurbishing lift units. The contract will be a Firm-Fixed Price (FFP) contract for commercial services with contract work to be completed NLT 12 months after award date. All Offerors shall submit a quote with content as specified herein. Quotes submitted without the specified content may be determined non-responsive and removed from further consideration. Offers are encouraged to review all clauses that are incorporated into this solicitation. ****SPECIAL ATTENTION SHOULD BE FOCUSED ON FAR 52.212-2 EVALUATION COMMERCIAL PRODUCTS, AS THIS CLAUSE OUTLINES THE EVALUATION FACTORS FOR THIS REQUIREMENT. PRICING WILL BE EVALUATED BASED UPON THE SUMMATION OF THE PER GALLON FIXED MARK UP RATES ACROSS ALL LOCATIONS.****** OFFERORS SHALL SUMBIT THE ATTACHED BID SCHEDULE WITH FIXED MARK UP RATES. The government intends to make one award for one firm fixed price contract. Offers for less than the required requirements will not be accepted. The government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the government. Offerors are encouraged to provide their best proposed pricing in their initial offer. Quotes shall be submitted electronically via email, to: Jeffrey.L.Smith-Lyon@usace.army.mil. For information concerning this solicitation, contact Jeff Smith-Lyon at the above email or by phone at 601-631-7264. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the SAM.gov web site often for modifications to this solicitation. Offerors are responsible for ensuring their quotes arrive timely. TECHNICAL INQUIRIES AND QUESTIONS Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org). Offerors are encouraged to submit questions early in the advertisement process, to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Any questions submitted within the 72 hours window of the solicitation closing date are not guaranteed a response will be provided. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. The Solicitation Number is: W912EE25QA022, TCPP Drainage Repair The Bidder/Offeror Inquiry Key is: VACC5G-PMTI88 Specific Instructions for ProjNet Bid Inquiry Access: From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. Identify the Agency. This should be marked as USACE. Key. Enter the Bidder Inquiry Key listed above. Email. Enter the email address you would like to use for communication. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Standard Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. The work defined by this specification consists of repairing the Bayou Cocodrie drainage structure. This repair includes, but is not limited to, replacing and adjusting gate wedges and wedge blocks, repairing embedded metal (gate slots and frames), replacing gate anodes and seals, replacing riverside-stoplog slots, and refurbishing lift units. *Contractor must provide all supervision, labor, equipment/tools, etc. necessary to perform the service work including but not limited to the below: 1.1 Gate Repair a. Contractor shall be responsible for replacing gate wedges, wedge blocks, and anodes (see Attachment 1 Gate Drawings for details). Contractor shall adjust wedges and wedge blocks after repairs are complete and when gates are in the fully closed position. b. Contractor shall blast and paint the gates to USACE specs (see Attachment 2 Paint Specs). Painting of gates shall be coated with System No. 5-E-Z (see Attachment 2 Paint Specs). 1.2 Embedded Metals Repairs a. Contractor shall repair/replace embedded metals in gate slots and gate frame including, but not limited to, grinding smooth pits, replacing welds with section loss, and repair of weld discontinuities. b. Contractor shall blast and paint repaired gate slots and frames to USACE specs (see Attachment 2 Paint Specs). Painting of slots, gate appurtenances, and all stainless steel shall be coated with System No. 5-E-Z (see Attachment 2 Paint Specs). c. Contractor shall replace riverside-stoplog slots. Stoplog slots shall be primed and painted to USACE specs (see Attachment 2 Paint Specs). Painting of stoplog slots shall be coated with System No. 5-E-Z (see Attachment 2 Paint Specs). d. Contractor shall replace the horizontal and the vertical bronze gate seals (see Attachment 1 Gate Details for details). e. All bronze castings, extrusions (sealing strips), and fasteners shall not receive paint. 1.3 Lift Unit Refurbishment Each lift unit is comprised of (1) actuator, (1) tandem shaft, and (2) gearboxes. Bayou Cocodrie totals 5 lift units [(5) actuators, (5) tandem shafts, and (10) gearboxes]. a. Contractor shall refurbish the existing lift units. This refurbishment includes, but is not limited to, replacing lift nuts, seals, lubrication, and actuators (5 total). Any removed parts (e.g. oilers and stem covers) shall be reinstalled in working order after the refurbishment is complete. Light weight, air compressor oil about 10W b. New actuators must have adjustable torque switches, limit switches, and room in the panel box for future implementation of additional relays. c. New actuators must meet minimum performance metrics of existing actuators (see Attachment 3 Lift Unit Details). d. Gearbox lubrication shall be replaced with MOBIL RARUS 824 Synthetic Compressor Oil or approved equivalent. See Section 5.1c for submittal requirement. e. Contractor shall replace existing electrical service wires/cables and conduit from each actuator to the distribution panel. f. Contractor shall set torque switches, limit switches, and stop nuts after repairs are made. Contractor shall coordinate with the Tensas Cocodrie Pumping Plant (TCPP) staff to raise and lower gates. 1.4 To minimize impacts on operation, a maximum of (1) sluice gate may be removed at a time. Deviation from this requirement must be approved in writing by the Project Engineer or COR. a. In the event of highwater (riverside), Bayou Cocodrie's gates will need to be lowered and closed. There is a set of riverside stoplogs onsite. If a gate has been removed from the structure, the Contractor shall be responsible for positioning the riverside stoplogs into place. Question Deadline 07/29/2025 Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at online Any questions submitted within the 72 hours window of the solicitation closing date are not guaranteed a response will be provided.
Post-Bid
Water / Sewer
$100,000.00
Public - Federal
Site Work
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
August 15, 2025
August 29, 2025
To Be Determined, Vicksburg, MS
Related To This Project
Vicksburg, MS
Bid Date: Aug 06 2025
Vicksburg, MS
Bid Date: Sep 23 2025
Vicksburg, MS
Bid Date: Aug 15 2025
Vicksburg, MS
Bid Date: Oct 08 2025
Vicksburg, MS
Bid Date: Sep 24 2025
Vicksburg, MS
Bid Date: Oct 15 2025
Vicksburg, MS
Bid Date: Sep 11 2025
Vicksburg, MS
Bid Date: Aug 19 2025
Vicksburg, MS
Bid Date: Jul 17 2020
Tate County, MS, MDHP, LD-21-01, FC/MR&T, Yazoo River Basin, Hickahala Senatobia Watershed - 5847882
Vicksburg, MS
Bid Date: Sep 03 2025
Vicksburg, MS
Bid Date: Jul 21 2025
Vicksburg, MS
Bid Date: Aug 06 2025
Vicksburg, MS
Bid Date: Jul 02 2025
Recently Viewed
--
--
--
--
--
--
--
--
--
--
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
