EWP – Erosion Control - Plum Bluff Part 2 Emergency Protection – George County, MS
ID: 12FPC325B0003Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFARM PRODUCTION AND CONSERVATION BUSINESS CENTERFPAC BUS CNTR-ACQ DIVWASHINGTON, DC, 20250, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)
Timeline
    Description

    The Department of Agriculture, through the Farm Production and Conservation Business Center, is soliciting bids for the Emergency Watershed Protection (EWP) project focused on erosion control and debris removal in the Plum Bluff Drive area of George County, Mississippi. The procurement aims to establish a Firm Fixed-Price contract for essential services that will address significant environmental and infrastructural damage caused by severe weather events in March 2023. This project is critical for restoring affected areas and ensuring compliance with safety and environmental regulations, emphasizing sustainable construction practices. Interested contractors, particularly those who are veterans-owned small businesses, must submit their bids by July 15, 2025, and are required to attend a site visit on June 18, 2025. For further inquiries, contact Mark Domingo at mark.domingo@usda.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines federal construction specifications for clearing and grubbing, structure removal, pollution control, seeding, and excavation at the Plum Bluff Drive site in George County, MS. Key tasks include protecting existing vegetation during construction, defining clear measurement and payment methods for contractors, and managing pollution and erosion effectively. Special attention is given to dewatering techniques and temporary structure management to minimize disruption and environmental impact. The specifications guide contractors on best practices for vegetation protection, disposal of debris, pollution control measures, and proper handling of excavated materials. Overall, the document serves as a comprehensive framework ensuring that all construction activities meet regulatory standards and are conducted efficiently, with significant attention to sustainability and safety.
    The document outlines construction specifications for various activities such as clearing and grubbing, structure removal, pollution control, seeding, earthfill, excavation, mobilization and demobilization, and traffic control, particularly related to a project at Plum Bluff Drive, George County, MS. Key points include strict guidelines on protecting existing vegetation during land clearing, ensuring proper methods for debris disposal, and detailed procedures for traffic management to minimize public disruption. Each section provides a clear framework for measurement and payment processes, emphasizing the contractor's responsibilities to maintain safety, environmental standards, and project integrity. The specifications require thorough preparation and adherence to local regulations while ensuring quality standards in construction materials and techniques. These guidelines are essential for contractors participating in government RFPs and grants, ultimately aiming to facilitate efficient and compliant project execution while protecting natural and societal interests.
    The document appears to be a corrupted government file containing unintelligible characters and incomplete data. It is likely intended to present information related to government Requests for Proposals (RFPs), federal grants, and state or local RFPs. Despite its corrupted nature, it seems to include references to procedural guidelines, application processes, and requirements for funding or project proposals. While the main topic can be inferred as the overview of grant applications and processes for funding opportunities, the lack of coherent information significantly limits the ability to extract key ideas or discern a clear structure. The document may address eligibility criteria, deadlines, submission guidelines, and evaluation standards typical for governmental funding initiatives. Due to the poor quality and corruption of the file, essential details necessary for a comprehensive analysis are largely absent or illegible, which undermines the ability to summarize specific proposals or solicitations. Overall, the intent seems to focus on informing potential applicants about available federal and state funding opportunities within specified guidelines. However, the details required for a substantive discussion or understanding remain undisclosed.
    The government document outlines safety and construction guidelines for the Plum Bluff Part 2 Streambank Protection project in George County. Key regulations emphasize compliance with Occupational Safety and Health Administration (OSHA) standards throughout the excavation and construction phases. It stipulates that no alterations to specifications or materials can occur without the approval of the responsible engineer. All construction practices must adhere to provided plans and specifications, with inspections conducted by the Natural Resources Conservation Service (NRCS). The document details technical requirements for rock riprap and geotextile materials, ensuring proper filling and compacting, while emphasizing specific grading standards. Furthermore, the project mandates the planting of vegetation in disturbed areas to promote soil stability. Construction must take place during low flow periods and follow existing streambed grades, minimizing ecological disturbance. Before commencing work, contractors are advised to contact project engineers and seek assistance for setting cut/grade stakes. The collective aim of these guidelines is to ensure safe, compliant, and environmentally responsible construction practices for streambank protection initiatives, reflecting the government's commitment to sustainable development and resource conservation.
    The document outlines the construction and safety guidelines related to the Plum Bluff Part 2 Emergency Protection project in George County, which requires compliance with Maryland Occupational Safety and Health Administration (MOSHA) standards. Key responsibilities include notifying the Soil Conservation District 72 hours before construction and securing necessary permits. Compliance with specified construction designs prepared by the Natural Resource Conservation Service is mandatory. The construction sequence emphasizes a thorough process, beginning with a pre-construction meeting, utility checks, and various stages of installation, including sandbag diversions, dewatering devices, and erosion control measures. The project highlights collaboration between the contractor, landowner, and NRCS to ensure proper execution and adherence to safety protocols. Overall, the document serves to guide stakeholders through regulatory compliance and effective construction practices aimed at environmental protection and risk management in emergency scenarios.
    The solicitation, numbered 12FPC325B0003, issued by the USDA, requests bids for emergency erosion control services in response to significant damages from tornadoes and rainfall in Mississippi. This contract, set as a Firm Fixed Price arrangement, focuses on debris removal and protective measures, specifically targeting the Plumb Bluff Drive 2 area in George County. Interested contractors must complete an offer guarantee, provide a bid bond of 20% of their quote, and agree to the contract’s terms, including insurance and performance requirements. The solicitation is reserved for 100% veterans-owned small businesses, highlighting the importance of such entities in federal contracts. A site visit is planned for June 18, 2025. Currently, the solicitation includes a structured bid breakdown that outlines various tasks and required materials, with a total duration of 120 days for project completion post-award. These requirements are framed within overarching federal regulations aimed at ensuring compliance, safety, and effective performance. The document is structured to guide potential bidders comprehensively through requirements, specifications, and procedural protocols necessary for a successful bid.
    The document is a combined synopsis/solicitation for a construction project aimed at erosion control under the Emergency Watershed Protection program in George County, Mississippi, reference number 12FPC325B0003. The USDA seeks a firm-fixed-price contract for debris removal and protective measures. Bids must be submitted by July 15, 2025, with an evaluation based on price, assuming prompt compliance with the specified requirements. A bid bond of 20% and payment bond equivalent to 100% of the project cost are mandatory. The contractor is expected to begin work within three calendar days of notification and complete all tasks within 120 days, following the guidelines laid out in various federal acquisition regulations. A site visit is scheduled for June 18, 2025. This project targets the restoration of areas affected by severe weather conditions in March 2023, aiming to address significant environmental and infrastructural damage. The solicitation emphasizes the requirement for contractors to meet safety, insurance, and procedural standards, ensuring protection for workforce and public interests during execution.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Water Hyacinth Control, Mathews Brake NWR, MS
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors for a water hyacinth control project at Mathews Brake National Wildlife Refuge in Sidon, Mississippi. The procurement involves applying herbicides across approximately 433 acres to manage water hyacinth and other aquatic plants, with work scheduled in two phases: from May 1 to June 30, 2026, and from August 15 to September 30, 2026. This initiative is crucial for maintaining the ecological balance of the refuge and ensuring the health of aquatic habitats. Interested small businesses must submit their quotes, including required documentation, by December 22, 2025, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or 413-253-8738.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Dept Of Defense
    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.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    Tate County, Mississippi, Mississippi Delta Headwaters Project, Bank Stabilization 17-01
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is seeking qualified contractors for the Mississippi Delta Headwaters Project, specifically for the construction of four grade control structures in Tate County, Mississippi. This procurement, which is expected to exceed $2 million, is justified as a consolidation effort to achieve cost savings, reduce acquisition time, and enhance mission success, with a contract value estimated between $1 million and $5 million and a completion timeline of 105 calendar days. The project is categorized under NAICS code 237990 and will be set aside for Women-Owned Small Businesses, ensuring participation from small enterprises while streamlining project administration. Interested parties can contact Freteshia L. Johnson at Freteshia.L.Johnson@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further details.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 4-2025 (OM25278)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for maintenance dredging at the Mississippi River Southwest Pass area in Plaquemines Parish, Louisiana. Contractors are required to provide a fully crewed cutterhead dredge with a minimum discharge size of 30 inches, focusing on enhancing navigation from Mile 6.0 above the high pool (AHP) to Mile 19.5 below the high pool (BHP). This project, with an estimated value between $10,000,000 and $25,000,000, underscores the federal commitment to infrastructure maintenance and small business engagement, while ensuring compliance with safety and EPA regulations. Interested vendors should register as Interested Vendors on beta.SAM.gov and may contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further details, with the solicitation expected to be issued on or about December 9, 2024.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Dept Of Defense
    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, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Dept Of Defense
    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.
    West Shore Lake Pontchartrain WSLP 114
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New Orleans District, is soliciting bids for the West Shore Lake Pontchartrain Hurricane and Storm Damage Risk Reduction Project, specifically for the Reserve Relief & I-55 Pump Stations and Drainage Structures (WSLP-114) in St. John the Baptist Parish, Louisiana. This procurement involves extensive construction work, including clearing, grubbing, and the construction of various civil, mechanical, and electrical installations, with an estimated contract value between $250 million and $500 million. The project is critical for enhancing flood management and infrastructure resilience in the region, addressing the ongoing risks associated with storm damage. Interested contractors must submit their bids by December 17, 2025, at 9:30 AM CST, with a virtual bid opening scheduled for the same day at 10:30 AM CST. For further inquiries, contact Amy C. Feemster at amy.c.feemster@usace.army.mil or 504-862-2002.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 2-2025, which involves the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge for dredging work in the Mississippi River Southwest Pass and potentially other areas. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. Bidders must comply with various certification processes, including registration with the System for Award Management (SAM), and adhere to environmental safety guidelines, with the contract awarded to the responsible lowest-priced bidder. Interested parties can contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further details, and the bid opening date will be announced in future amendments.