Blount Avenue Channel Modification, Cleveland, Tennessee
ID: W912P5-25-B-A006Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST NASHVILLENASHVILLE, TN, 37203-1070, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF CANALS (Y1KB)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Nashville District, is seeking bids for the Blount Avenue Channel Modification project in Cleveland, Tennessee. This project aims to enhance flood risk management by modifying approximately 1,300 linear feet of channel along South Mouse Creek, involving tasks such as excavation, grading, hydroseeding, and riprap placement. The anticipated contract value is estimated between $500,000 and $1 million, with a performance period of approximately 365 days from the notice to proceed. Interested small businesses must register in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, with the solicitation expected to be released around July 11, 2025. For further inquiries, contact Kenyanna Jennings at kenyanna.l.jennings@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil.

    Files
    Title
    Posted
    The document outlines the details for a pre-bid site visit related to a project in Cleveland, TN, specifically at the location near 990 Smith Dr SW. It provides essential information regarding parking arrangements for attendees, indicating that parking is available along Smith Dr. SW and in a designated staging area, as referenced in the accompanying plan sheet V-102 and visuals Figures 1 and 2. This preparation is critical for prospective bidders to understand logistics before submitting proposals for local government contracts. Overall, the document serves as a logistical guide to facilitate participation in the project bidding process.
    The Blount Avenue Channel Modification project in Cleveland, Tennessee, outlines a bidding schedule for contractors interested in executing the proposed modifications. The schedule specifies various items required for the project, including mobilization and demobilization, clearing and site preparation, excavation, seeding and planting, and disposal area closure. Each item is accompanied by an estimated quantity and unit type but lacks specific pricing details. The total estimated amount is also blank, indicating that these figures are to be determined upon bidding submissions. This document serves as a formal request for proposals (RFP) from federal and local contractors as part of governmental efforts to enhance the area's infrastructure, emphasizing the need for contractors to adhere to project specifications and local regulations.
    The Blount Avenue Channel Modification Project is part of the Cleveland Flood Reduction initiative in Tennessee, designed by the Nashville District of the U.S. Army Corps of Engineers. This project, scheduled for completion in July 2025, includes modifications to enhance flood control through the adjustment of channel dimensions and conditions. The documentation outlines construction requirements, site conditions, and environmental management practices, specifying necessary safety measures and coordination with local utilities. The contractor must ensure preservation of existing structures, implement erosion control strategies, and manage disposal of construction waste according to local, state, and federal regulations. The project emphasizes the importance of safeguarding public safety and the environment while enhancing flood management capabilities in Cleveland, Tennessee.
    The document outlines the specifications for the Blount Avenue Channel Modification project by the U.S. Army Corps of Engineers in Cleveland, Tennessee. It details general requirements, including project scheduling, quality control, and safety measures, highlighting the expectation for contractors to establish effective communication and coordination throughout the project. Key tasks involve channel excavation, grading, hydroseeding, and riprap placement, spanning approximately 1,400 linear feet along South Mouse Creek. The contractor is responsible for progressing within ten days of receiving the Notice to Proceed and must manage utilities carefully, obtaining necessary permits before excavation. Moreover, strict protocols for invoicing and payments are laid out, with defined unit measures for various tasks, including mobilization, differentiation of labor, and material handling. The document emphasizes the importance of veterans’ employment, encouraging the inclusion of veteran workers. The final objectives are to enhance flood risk management while maintaining project timelines, adhering to safety standards, and ensuring quality control in all operations. Overall, the specifications underline the need for diligence in environmental protection, prioritizing effective project management and compliance with outlined regulatory guidelines.
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY26 Cleveland Dredge
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for the FY26 Cleveland Dredge project, which involves dredging approximately 250,000 cubic yards of material from Cleveland Harbor in Ohio. This project is designated as a 100% Small Business Set-Aside and will be executed under a Firm-Fixed-Price (FFP) Invitation for Bid (IFB) contract, with a project magnitude exceeding $10,000,000, necessitating bonding. The official solicitation is anticipated to be released around January 20, 2026, and interested contractors must register on the Procurement Integrated Enterprise Environment (PIEE) website and maintain an active registration in the System for Award Management (SAM) database to be eligible for award. For further inquiries, potential bidders can contact Peter R. Gembala at peter.gembala@usace.army.mil or Walter Kamad at walter.kamad@usace.army.mil.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    Stringout Construction (Rehabilitation) at Ensley Engineer Yard (EEY).
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Stringout Construction (Rehabilitation) project at the Ensley Engineer Yard (EEY) in Memphis, Tennessee. The project entails comprehensive construction work, including the removal of existing structures, installation of new steel floats and utilities, and the construction of a new connector bridge and electrical substation, divided into a base project and six options. This procurement is significant for maintaining operational capabilities at the EEY and will be conducted as an unrestricted procurement with a HUBZone Price Evaluation Preference, with a contract value estimated between $25,000,000 and $100,000,000. Interested parties can contact Jessica Lurry at Jessica.M.Lurry@usace.army.mil or Monica Pitchford at Monica.A.Pitchford@usace.army.mil for further details.
    J. Percy Priest Lake Operations and Maintenance Requirement Contract
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Requirements Contract focused on Operations and Maintenance Services for J. Percy Priest Lake, located 14 miles east of Nashville, Tennessee. This contract aims to ensure the effective management and upkeep of the lake and its surrounding facilities, which are vital for recreational and environmental purposes in Davidson, Rutherford, and Wilson counties. The solicitation is exclusively set aside for small businesses, emphasizing the importance of local engagement in federal contracting opportunities. Interested parties can reach out to Robert Ellis at robert.s.ellis@usace.army.mil or call 615-736-5632 for further details regarding the proposal submission process.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    MOUNT SAINT HELENS SEDIMENT RETENTION STRUCTURE CREST RAISE
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE) Portland District is soliciting proposals for the Mount Saint Helens Sediment Retention Structure Crest Raise project located in Toutle, Washington. The project aims to enhance sediment retention capabilities by constructing an increased level of the sediment retention structure, which includes mobilization, river diversion, rock excavation, and the placement of roller-compacted concrete. This initiative is crucial for managing sediment flow and maintaining river integrity in the area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit their proposals electronically by December 19, 2025, and are encouraged to contact Andrew Sprys or Nicole Adams for further information regarding the solicitation and project requirements.
    Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking bids for the construction of flood control projects in the Amite River and Comite River Basin, specifically the Comite River Diversion Project at the Bayou Baton Rouge Rock Chute in East Baton Rouge Parish, Louisiana. The project involves a range of construction activities, including the clearing and grubbing of land, the construction of diversion channels and pump stations, roadway modifications, and the installation of various infrastructure components, with an estimated contract value between $25 million and $100 million. This initiative is crucial for enhancing flood management and infrastructure resilience in the region, ensuring compliance with federal and state regulations throughout the construction process. Interested contractors must register with the System for Award Management (SAM) and submit their bids by February 6, 2025, with inquiries directed to Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or by phone at 504-862-2466.
    TENSAS PARISH, LOUISIANA, LEVEE ENLARGEMENT AND BERMS, ITEMS 393-R, FC/MR&T, WBMRL
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is seeking subcontracting opportunities for the Tensas Parish, Louisiana, Levee Enlargement and Berms project, specifically under Solicitation Number W912EE26RA003. This procurement is exclusively available to existing Mississippi River Levees (MRL) MATOC contract holders and involves the construction of seepage and stability berms, as well as levee enlargements, with an estimated contract value exceeding $10 million. The project is critical for enhancing flood protection and infrastructure resilience in the region. Interested subcontractors must submit their proposals by December 16, 2025, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further details.
    Lorain Harbor West Breakwater Repair Phase II
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Buffalo District, is preparing to solicit bids for the repair and rehabilitation of the Lorain Harbor West Breakwater in Lorain, Ohio. This project aims to restore the structural integrity of the breakwater, which is vital for harbor protection and safe navigation, having suffered significant deterioration due to age and environmental factors. The contract will be a Firm-Fixed-Price (FFP) type, with an estimated value between $10 million and $25 million, and is set aside exclusively for small businesses. Interested parties should note that the solicitation is expected to be issued around December 18, 2025, and must maintain an active registration in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Andrew Hewitt at andrew.b.hewitt@usace.army.mil or call 716-339-3307.