Tensas Parish, LA, Point Pleasant-Yucatan, LA, Levee Enlargement and Berms, MRL Item 411-R, FC/MR&T, WBMRL
ID: W912EE25BA006Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST VICKSBURGVICKSBURG, MS, 39183-3435, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 16, 2025, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of levee enlargements and berms in Tensas Parish, Louisiana, under solicitation number W912EE25BA006. The project involves comprehensive construction activities, including mobilization, clearing, levee embankment construction, and environmental protection measures, with an estimated value exceeding $10 million. This initiative is crucial for enhancing flood control infrastructure along the West Bank of the Mississippi River, ensuring the safety and resilience of local communities against flooding risks. Interested contractors must submit their bids by March 27, 2025, at 2:00 PM CST, and are encouraged to contact Amy L. Starks at amy.l.starks@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further information.

Files
Title
Posted
Apr 17, 2025, 6:12 PM UTC
The document involves a detailed project proposal from the U.S. Army Corps of Engineers for the enlargement of levees and berms in Tensas Parish, Louisiana, specifically at Point Pleasant - Yucatan. This project is part of the Flood Control and Mississippi River & Tributaries (FC/MR&T) system aimed at enhancing flood protection. It outlines the specific locations of borrow areas, detailed soil boring and testing locations, and various construction plans through indexed sheets, ensuring compliance with engineering standards. The drawings and plans cover soil composition assessments, site profiles, right-of-way limits, and stormwater pollution prevention strategies. Significant technical details include the Unified Soil Classification for material reporting, boring logs with cohesion measurements, and groundwater levels critical for design considerations. The comprehensive layout provides essential data needed to manage procurement processes in alignment with government contracting protocols. Overall, the document encapsulates a strategic governmental effort to bolster infrastructure resilience against potential flooding, ensuring the safety and longevity of the local community.
Apr 17, 2025, 6:12 PM UTC
The document outlines the solicitation for construction services related to a project involving levee and environmental improvements. It details a comprehensive schedule of contractual line items including mobilization, clearing, erosion control, and various embankment processes, each measured by job or cubic yards. The scope emphasizes a firm-fixed pricing structure for services rendered, focusing on environmental protection measures and maintenance tasks, such as turf maintenance and implementing erosion control practices. The project includes specific submittals and compliance with government safety and environmental regulations. Clear guidelines are established regarding payment items, submission requirements, and compliance for materials used in the project. The document serves as part of federal and state local requests for proposals (RFPs) aimed at facilitating funding and compliance for public works associated with flood control and infrastructure improvements. It stipulates strict adherence to quality control and performance standards to ensure project success while prioritizing environmental stewardship and safety in construction operations.
Apr 17, 2025, 6:12 PM UTC
This document serves as an amendment to a solicitation for a government contract, specifically updating details regarding the receipt of offers and modifications to the existing contract/order. It outlines the procedures by which bidders must acknowledge receipt of the amendment, which includes returning copies or electronically communicating their acceptance. It specifies deadlines for these acknowledgments, emphasizing that failure to comply may result in the rejection of offers. Furthermore, the document includes sections for contract modifications, indicating if the changes reflect administrative updates or other adjustments to the contract. It maintains that all other terms and conditions remain unchanged unless specified in the amendment. Acronyms and codes used in the document suggest an official federal context, related to the U.S. Army Corps of Engineers. Overall, the amendment aims to ensure clarity and compliance among contractors and offers crucial administrative guidance in the procurement process, consistent with federal solicitation protocols.
Apr 17, 2025, 6:12 PM UTC
The document outlines a government Request for Proposal (RFP) related to the levee enlargement and berm construction project in Tensas Parish, Louisiana, specifically within the jurisdiction of the Vicksburg District of the U.S. Army Corps of Engineers. The project, identified as "Point Pleasant - Yucatan, LA," focuses on enhancing the West Bank Mississippi River levees under the Federal Costal/Management and Risk & Transport framework. Key components include multiple site plans, profiles, boring logs, and engineering details relevant to excavation and construction practices. The delivery plans encompass extensive drawings and notes on materials, including specifications for culverts and haul roads. Stationing references are provided to denote the new levee centerline. The document emphasizes stormwater pollution prevention measures and includes a comprehensive index of technical drawings, specifying various construction phases and detailing structural requirements. Overall, this solicitation represents a critical investment in flood risk management and levee infrastructure enhancement, with careful consideration of environmental impacts and compliance with stringent engineering standards.
Apr 17, 2025, 6:12 PM UTC
The document outlines the amendment of a solicitation, addressing changes to bidding procedures and requirements for contractors. It specifies that the solicitation's receipt deadline may be extended, and bidders must acknowledge the amendment through specified methods, such as returning signed copies or referencing the amendment in their submissions. The document further details the procedures for modifying existing contracts, highlighting the need for contractors to adhere to specific authority guidelines. It emphasizes that all other terms and conditions remain unchanged, ensuring continuity in the original contract's obligations. This summary reflects the amendment's focus on procedural clarity within the context of federal contracting and compliance requirements, seeking to streamline the bidding process while ensuring contractor awareness and adherence to the updated terms. The addressed amendment is critical for maintaining transparency and regulatory compliance in federal procurement processes.
Apr 17, 2025, 6:12 PM UTC
The document outlines a solicitation from the U.S. Army Corps of Engineers regarding levee enlargement and berms along the West Bank Mississippi River in Tensas Parish, Louisiana, specifically for the Point Pleasant - Yucatan project. The proposal includes detailed engineering plans that cover various construction components, including soil boring locations, borrow areas for material excavation, and right-of-way limits. A number of sheets indicate plans, profiles, and sections related to the project, accompanied by relevant environmental considerations, construction methods, and safety protocols. Key aspects include the requirement for excavation from designated borrow areas, where specific regulations must be adhered to, ensuring no excavation occurs below specified limits. The project emphasizes the use of uncompact material from certain borrow areas, necessitating a clear operational plan. The solicitation is an essential part of federal and state efforts to manage waterway infrastructure, reflecting the government's commitment to flood risk reduction and protecting local communities' safety while complying with environmental standards.
Apr 17, 2025, 6:12 PM UTC
The document outlines the General Contract Requirements for a project under the U.S. Army Corps of Engineers, specifically contract number W912EE25BA006. It emphasizes procedures for contractor responsibilities including payment processes, safety protocols, and environmental considerations. Key points include rights-of-way provisions, contractor accommodations for government representatives, mandatory preconstruction conferences, daily inspections, and accident reporting. The contractor must comply with strict safety regulations, maintain adequate insurance, and ensure proper management of machinery and excavation processes. Special considerations are mandated for weather delays, utility management, and cooperation with other contractors. The document serves as a comprehensive guide to ensure compliance with federal regulations while executing the construction project. Overall, it reinforces the necessity for adherence to safety standards, timely communication with the government, and environmental protection throughout the project's duration.
Apr 17, 2025, 6:12 PM UTC
This document is an amendment to a federal solicitation, specifically addressing modifications made to a contract or order with the ID W912EE25BA006. The amendment extends the offer submission deadline but does not alter the bid opening date and time, which remains set for April 16, 2025, at 2:00 PM CST. Key changes include revisions to specific specifications sections and updates to several drawings, all noted as "Revised by Amendment 0003." Contractors are required to acknowledge receipt of the amendment by various methods before the specified deadline, and they may also submit changes to their prior offers through formal communication referencing the amendment. The issuance falls under federal procurement procedures, specifically adhering to the FAR guidelines regarding contract modifications. The overall intention is to maintain clarity and adherence to contract requirements while facilitating the smooth continuation of the bidding process.
Apr 17, 2025, 6:12 PM UTC
The document outlines construction plans and environmental protection measures for levee enlargement and berm installations in Tensas Parish, Louisiana, managed by the U.S. Army Corps of Engineers. It emphasizes requirements for ensuring proper water flow management and sediment control during construction. Key specifications include installing silt fences, using filter fabric, maintaining elevation differences between monitoring points, and ensuring secure anchoring of erosion control measures like wattles. The contractor must follow guidelines for excavation, sediment removal, and managing water discharge to prevent erosion and sediment off-site. Additional provisions require contractors to assess environmental conditions and implement complementary protection measures beyond the specified minimums. The documentation serves to ensure compliance with environmental regulations while facilitating infrastructure improvements vital for flood management in the region. Overall, the aim is to balance construction integrity with environmental stewardship during the levee enhancement project.
Apr 17, 2025, 6:12 PM UTC
The document outlines a solicitation (No. W912EE25BA006) for the levee enlargement and berms project in Tensas Parish, Louisiana, specifically Point Pleasant to Yucatan. It is a total small business set-aside, aimed at promoting opportunities for small enterprises in construction. Key aspects of the project include mobilization, clearing, levee embankment construction, and environmental control measures. The estimated price range exceeds $10 million, indicating substantial scope and complexity. Contractors must adhere to stringent requirements, including submission of a complete bid package, performance bonds, and compliance with the Davis-Bacon Act for wage determinations. The solicitation emphasizes the importance of maintaining an active registration in the System for Award Management (SAM) and outlines the bidding process, including the requirement for sealed bids and the timeline for submission. Furthermore, it incorporates clauses related to subcontracting limitations, affirming small business participation. The document also specifies contractor obligations concerning safety, environmental protection, and notification procedures for potential site visits. The overall aim is to enhance flood control efforts through effective construction while ensuring compliance with federal regulations and fostering local economic growth.
Apr 17, 2025, 6:12 PM UTC
This document outlines bid abstracts for a government solicitation (W912EE25BA006) related to levee enlargement and associated improvements in Tensas Parish, Louisiana. It details various project bidding proposals received from different contractors, including descriptions of tasks, quantities, unit prices, and total amounts. Key elements of the project include mobilization and demobilization, clearing and grubbing, gravel surfacing, environmental protection features, and the construction of levee embankments and berms. The total estimated costs across all bids underline significant financial allocations, with individual bids ranging from approximately $7.5 million to over $17 million. The document highlights the competitive nature of the procurement process, showcasing the bids from multiple contractors, their proposed costs for each activity, and respective total amounts. This effort reflects an investment in flood control infrastructure, emphasizing the necessity of thorough evaluations and contractor selections to meet federal and local project requirements while ensuring environmental safety and compliance. The comprehensive details serve as vital information for government officials in making informed decisions regarding contract awards and budget planning for these essential improvements.
Similar Opportunities
West Shore Lake Pontchartrain WSLP 114
Buyer not available
The U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the West Shore Lake Pontchartrain Hurricane and Storm Damage Risk Reduction Project, specifically focusing on the construction of Reserve Relief and I-55 Pump Stations and associated drainage structures in St. John the Baptist Parish, Louisiana. The project aims to enhance flood protection infrastructure through extensive construction activities, including clearing, floodwall construction, and installation of various drainage systems, with an estimated construction cost between $250 million and $500 million. This initiative is critical for disaster mitigation and effective water management, aligning with federal objectives to improve local infrastructure resilience. Interested contractors must submit their bids by 10:00 AM (CST) on May 20, 2025, with questions due by April 30, 2025; for further inquiries, contact Amy C. Feemster at amy.c.feemster@usace.army.mil or 504-862-2002.
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction project titled "Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project 24-2" located in Plaquemines Parish, Louisiana. The project involves the removal of material within the Hopper Dredge Disposal Area and the disposal of material in designated restoration areas, with a construction budget estimated between $25 million and $100 million and a total project duration of 200 calendar days for base work, plus an additional 100 days for optional work. This procurement is critical for enhancing infrastructure and environmental restoration efforts in the region, and contractors must comply with various regulations, including wage determinations from the U.S. Department of Labor. Interested vendors should register on Sam.gov and can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further details.
Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Flood Control project concerning the Amite River Tributaries, specifically the Comite River Diversion Project in East Baton Rouge Parish, Louisiana. This procurement aims to enhance flood control infrastructure by engaging contractors for construction services, which include excavation, material handling, and compliance with federal regulations. The project is critical for improving public safety and environmental management in the region. Bids are due by April 28, 2025, at 10:00 AM local time, with a virtual bid opening scheduled for the same day at 11:00 AM. Interested parties should direct inquiries to Anedra A. Baldwin at anedra.a.baldwin@usace.army.mil or Christopher Nuccio at CHRISTOPHER.NUCCIO@USACE.ARMY.MIL for further details.
The Southeast Louisiana, (SELA) Peoples Avenue Subbasin Plan - Orleans Parish Urban Flood Control Project SELA 26.1a Florida Ave. Phase IV, Orleans Parish, Louisiana
Buyer not available
The Department of Defense, through the Department of the Army, is seeking bids for the Southeast Louisiana Peoples Avenue Subbasin Plan, specifically the Urban Flood Control Project SELA 26.1a Florida Ave. Phase IV in Orleans Parish, Louisiana. This procurement involves the construction of large bore utilities, installation of concrete and steel pipe piles, sheet pile installation, and various utility relocations, with an estimated contract value between $25 million and $100 million. This project is crucial for enhancing flood control measures in the region, and the solicitation will be issued as an Invitation for Bid (IFB), with the exact dates for bid opening to be announced. Interested contractors must monitor beta.SAM.gov for updates and are encouraged to contact Nakiea Butler at nakiea.b.butler@usace.army.mil for further information.
MVD Levee Requirements for FY 25
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is announcing a special notice for anticipated levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2025. The project encompasses various construction activities, including earthen levee embankment enlargement and repair, seepage berm construction, and flood wall construction, primarily along the Mississippi River levee system in the Memphis, Vicksburg, and New Orleans Districts. This initiative is crucial for enhancing flood protection and infrastructure resilience in the region, with projects categorized as ongoing, awarded, or proposed, and many intended for Multiple Award Task Order Contracts (MATOCs). Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or 601-634-5907 for further details.
Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024. This procurement involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for operations primarily in the Southwest Pass and potentially in other areas within the New Orleans District. The contract is crucial for maintaining navigability in the Mississippi River system while ensuring compliance with environmental protections, with an estimated construction value between $10 million and $25 million. Interested vendors must register with the System for Award Management (SAM) and adhere to updated bid submission deadlines, with the cutoff extended to April 15, 2025, at 10:30 AM. For further inquiries, contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil.
Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River Hopper Dredge Disposal Area project, specifically Project 24-2 located in Plaquemines Parish, Louisiana. The project involves the removal of material within the Hopper Dredge Disposal Area and the disposal of this material in designated restoration areas, adhering to specified dimensions outlined in the contract drawings. This dredging project is significant for maintaining navigational channels and environmental restoration, with a contract value estimated between $25 million and $100 million. The solicitation is expected to be issued around December 5, 2024, and interested vendors should register on Sam.gov and contact Cori A. Caimi or Bambi Raja for further details.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 6-2025 (OM25006)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Southwest Pass Hopper Dredge Contract No. 6-2025, which involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for work primarily in Plaquemines Parish, Louisiana. The contract aims to maintain and enhance navigable waterways, with an estimated construction cost ranging from $10 million to $25 million, and includes specific requirements for dredging capacities, mobilization-demobilization, and environmental compliance measures. Interested bidders must register with the System for Award Management (SAM) and adhere to affirmative action and non-segregated facilities certification, with completed bid forms due by a date to be established in a future amendment. For further inquiries, bidders can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.