LAC QUI PARLE EMERGENCY SPILLWAY REPAIR PHASE 2

SOL #: W912ES26BA002Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W07V ENDIST ST PAUL
SAINT PAUL, MN, 55101-1323, United States

Place of Performance

Place of performance not available

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Repair Or Alteration Of Dams (Z2KA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Oct 23, 2025
2
Last Updated
Feb 12, 2026
3
Submission Deadline
Dec 9, 2025, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

This is an Award Notice for the LAC QUI PARLE EMERGENCY SPILLWAY REPAIR PHASE 2 project, issued by the Department of the Army, W07V ENDIST ST PAUL. The project involves significant repair work at the Lac Qui Parle Dam on the Minnesota River near Montevideo, in Watson, Chippewa County, Minnesota. This opportunity was a 100% Total Small Business Set-Aside with an estimated magnitude between $5,000,000 and $10,000,000. Bids for this Invitation for Bid (IFB) were opened on December 9, 2025.

Scope of Work

The project focuses on the repair of the Lac Qui Parle Emergency Spillway. Key requirements include:

  • Replacement of existing grouted riprap with a reinforced concrete spillway slab.
  • Installation of upstream and downstream keys and a sheet pile cutoff wall.
  • Removal and replacement of asphalt surfacing.
  • Implementation of traffic control measures.
  • Establishment of a temporary flood protection system.
  • Specific line items from the bid abstract include: Bonds (Performance and Payment), Demolition, Cast-In Place Concrete, Filter Aggregate, Sheet Pile, Cold Milling Asphalt Paving, Road Asphalt, Seeding, Riprap and Riprap Bedding, Stockpile and Maintain TFP Materials, TFP Test Section, and Installation/Removal of TFP System and Trench Backfill.

Contract & Timeline

  • Type: Invitation for Bid (IFB) in accordance with FAR Part 14 Sealed Bidding Procedures.
  • Estimated Magnitude: Between $5,000,000 and $10,000,000.
  • NAICS Code: 237990 (Other Heavy and Civil Engineering Construction) with a size standard of $45,000,000.
  • Set-Aside: 100% Total Small Business Set-Aside.
  • Requirements: Payment and Performance Protection are required per FAR Part 28.
  • Bid Opening Date: December 9, 2025, at 2:00 p.m.
  • Award Notice Published: February 12, 2026.

Evaluation

This opportunity followed FAR Part 14 Sealed Bidding procedures. A bid abstract indicates that bids were received from "Engineering & Construction Innovations, Inc." and "AAECON General Contracting, LLC.", alongside a "Government Estimate." The Contracting Officer certified that all received offers were opened, read, and recorded.

Contact Information

People

Points of Contact

Files

Files

Download
View
View
View
View

Versions

Version 3
Award Notice
Posted: Feb 12, 2026
View
Version 2Viewing
Solicitation
Posted: Dec 12, 2025
Version 1
Solicitation
Posted: Oct 23, 2025
View