OMRR&R, RED RIVER BASIN, BAYOU BODCAU PROJECT OFFICE BUILDING ADDITION BODCAU LAKE, BOSSIER PARISH, LOUISIANA
ID: W912EE25BA005Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the construction of an addition to the Bayou Bodcau Project Office Building located in Bossier Parish, Louisiana. This project involves the addition of approximately 840 square feet to an existing structure, along with necessary demolition and alteration work, and is set aside for certified Economically Disadvantaged Woman-Owned Small Businesses (EDWOSB) or Woman-Owned Small Businesses (WOSB). The initiative reflects the federal government's commitment to enhancing operational facilities while adhering to environmental and safety regulations. Interested contractors must submit sealed bids by March 5, 2025, at 2:00 PM CST, with an estimated project value between $500,000 and $1,000,000. For further inquiries, contact Amy L. Starks at amy.l.starks@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.

    Files
    Title
    Posted
    The solicitation document outlines a project by the U.S. Army Corps of Engineers for a building addition to the Bayou Bodcau Project Office located at Bodcau Lake, Bossier Parish, Louisiana. The project falls under the Operation, Maintenance, Repair, Replacement, and Rehabilitation (OMRR&R) for the Red River Basin. It details the plans encompassing various aspects, including civil, structural, architectural, plumbing, and mechanical design elements. Key components consist of site plans, demolition plans, existing and proposed building layouts, and life safety code analyses in compliance with the 2021 International Building Code and other relevant standards. The document emphasizes the necessity for the contractor to adhere to environmental protocols, including stormwater pollution prevention measures, ensuring minimal impact during construction. This initiative indicates the Federal government’s commitment to enhancing operational facilities and maintaining compliance with safety regulations while supporting regional workforce development. The overall goal is to improve operational capacities at the facility, reflecting the ongoing investment in federal infrastructure and environmental considerations in project execution.
    This document serves as an amendment to a solicitation related to a contract involving construction work. The amendment extends the deadline for offers and outlines the necessary steps for contractors to acknowledge receipt of the amendment, emphasizing that failure to do so may result in rejection of their offers. It provides specific instructions for making changes to already submitted offers and includes sections for accounting data and descriptions regarding modifications to existing contracts. Notably, the amendment revises clauses concerning the site visit for construction, urging offerors to inspect the worksite. Contact information for the site visit coordinator is provided, ensuring potential contractors can arrange for access during normal duty hours. The overall purpose is to update and clarify terms related to the solicitation while maintaining all other existing contractual terms.
    This document is an amendment to a solicitation for government contracts, specifically aimed at extending the bid opening date for a project under the U.S. Army Corps of Engineers. The amendment, identified by modification number 0002, updates the deadline from February 19, 2025, at 2:00 PM CST to March 5, 2025, also at 2:00 PM CST. It outlines the necessary steps for offerors to acknowledge the amendment, either through returning signed copies or via electronic communication. Furthermore, it specifies that the changes made do not alter other terms or conditions of the original solicitation. The document includes details such as the project number, contact information for the contracting officer, and emphasizes the importance of timely acknowledgment to avoid potential rejection of offers. This amendment is standard procedure within the realm of government RFPs, ensuring all parties are informed of important changes and deadlines in the bid process, thus facilitating transparent and fair procurement practices.
    The document is a solicitation for bids regarding a construction project titled "OMRR&R, Red River Basin Bayou Bodcau Project Office Building Addition" in Bossier Parish, Louisiana. The government seeks contractors to perform various construction tasks, including the addition of approximately 840 square feet to an existing log building, demolition, and alteration work. This project is categorized as a woman-owned small business set-aside, requiring bidders to be certified as an Economically Disadvantaged Woman-Owned Small Business (EDWOSB) or Woman-Owned Small Business (WOSB). Offers must be sealed and submitted by 2:00 PM on February 19, 2025, with an estimated project value between $500,000 and $1,000,000. Bidders must provide a bid guarantee and complete several documents, including a signed SF-1442 form with price proposals. The contract stipulates compliance with labor regulations and safety standards, and bidders are encouraged to inspect the work site before submitting proposals. Furthermore, the solicitation outlines the regulatory requirements for submission, including registration in the System for Award Management (SAM) and adherence to provisions related to tax withholding for foreign contractors. The intent is to ensure a transparent bidding process while promoting small business participation in federal contracts.
    Similar Opportunities
    INVITATION FOR BID - Mississippi River Basin, Bay Island Drainage and Levee District No. 1, Mercer County, Illinois, 2023 Event PL84-99 Flood Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is inviting bids for the "2023 Event PL84-99 Flood Repairs" project in the Bay Island Drainage and Levee District No. 1, Mercer County, Illinois. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to address critical flood damage repairs along the Mississippi River, with an estimated project cost ranging from $10 million to $25 million. The selected contractor will be responsible for various construction tasks, including debris removal and levee restoration, while adhering to environmental regulations and completing the work within 366 calendar days from the notice to proceed. Interested parties should submit their bids electronically by October 28, 2024, and can direct inquiries to Christopher McCabe at christopher.a.mccabe@usace.army.mil or Ryan R. Larrison at Ryan.R.Larrison@usace.army.mil.
    Roof Replacement- New Orleans District Headquarters Building
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the roof replacement of its headquarters building located in New Orleans, Louisiana. This project involves significant demolition and installation work, including concrete, insulation, roofing systems, and plumbing, with an expected contract value between $5 million and $10 million. The procurement emphasizes compliance with federal regulations, including affirmative action requirements and the necessity for contractors to be registered in the System for Award Management (SAM). Proposals are due electronically by March 3, 2025, and interested parties should direct inquiries to Nakiea Butler at nakiea.b.butler@usace.army.mil or 504-862-1772, while also noting that site visits must be completed by February 19, 2025, and questions regarding the solicitation are due by February 20, 2025, at 10 AM CST.
    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 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, LA, Point Pleasant-Yucatan, LA, Levee Enlargement and Berms, MRL Item 411-R, FC/MR&T, WBMRL
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for the Levee Enlargement and Berms project located in Point Pleasant-Yucatan, Louisiana. This procurement involves construction services under the NAICS code 237990, specifically focusing on the construction of other non-building facilities, which is critical for flood risk management in the region. The project is set aside for total small business participation, emphasizing the government's commitment to supporting small enterprises in federal contracting. Interested parties can reach out to Amy L. Starks at amy.l.starks@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further details, with the presolicitation notice indicating the importance of timely engagement in the bidding process.
    Codorus Creek Shoal Removal
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Baltimore District, is preparing to solicit bids for the Codorus Creek Shoal Removal Project in York, Pennsylvania. This project involves construction services for dredging to maintain the flood damage reduction channel along Codorus Creek, which requires the removal of shoals at two specific locations to ensure proper water flow. The project is crucial for flood risk management and involves in-water work to remove shoals composed of pebbles, cobbles, vegetation, wood debris, and gravel, with an estimated contract value between $1 million and $5 million. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), should prepare for the invitation for bid (IFB) anticipated to be released in the second quarter of FY25, and can contact Erica Stiner or Jeffrey B. May for further information.
    West Shore Lake Pontchartrain WSLP 114
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the West Shore Lake Pontchartrain (WSLP 114) project in Louisiana. This presolicitation opportunity involves construction services categorized under Other Heavy and Civil Engineering Construction, specifically focusing on the construction of non-building facilities. The project is significant for enhancing flood risk management and environmental restoration in the region. Interested contractors can reach out to Amy C. Feemster at amy.c.feemster@usace.army.mil or call 504-862-2002 for further details.
    $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) New Orleans District, Mississippi Valley Division – USACE
    Buyer not available
    Presolicitation DEPT OF DEFENSE is seeking a $98M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) for the New Orleans District, Mississippi Valley Division – USACE. This contract is a 100% Small Business Set-Aside and will be used for various types of repair and maintenance of real property and construction services within the Mississippi Valley Division area of responsibility. The contract will have an ordering period of five years and task orders will range between $2.5K and $25M. The official solicitation is expected to be posted on or about 11 June 2023 on the SAM website. Contractors must register on SAM to download the solicitation.
    Atchafalaya River and Bayous Chene, Boeuf and Black, Atchafalaya Bay/Bar and Crewboat Cut, Maintenance Dredging #23-1 (Non-Continuous), St. Mary Parish, Louisiana. ED-22-003
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for maintenance dredging in St. Mary Parish, Louisiana. The work involves the removal and disposal of material excavated from the Atchafalaya River Bay/Bar and Crewboat Cut. The estimated value of the project is between $10,000,000 and $25,000,000. Interested vendors are encouraged to register on SAM.gov. Offerors must be registered with the System for Award Management (SAM) to be eligible for a government contract award. Contact Karen Hargrave at 504-862-1561 or Charles Zammit at 504-862-1164 for more information.
    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.