W912P525BA006 BLOUNT AVENUE CHANNEL MODIFICATION
ID: W912P525BA006Type: Solicitation
2 AwardsSep 25, 2025
$999.5K$999,533
AwardeeWILAMUT CONSTRUCTION CO. LLC 7716 MOUSE CREEK RD NW Cleveland TN 37312 USA
Award #:W912P525CA011
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, through the U.S. Army Corps of Engineers (USACE) Nashville District, is soliciting bids for the Blount Avenue Channel Modification project in Cleveland, Tennessee. This firm-fixed-price construction contract, designated as a 100% Small Business Set-Aside, involves channel modifications approximately 1,300 linear feet in length to enhance flood conveyance and reduce flood elevations along South Mouse Creek. The project includes various tasks such as excavation, grading, hydroseeding, and riprap placement, with an estimated contract value between $500,000 and $1,000,000. Interested bidders must submit their proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) by August 28, 2025, at 1:00 PM Central Time, and are encouraged to attend a mandatory pre-bid site visit on July 28, 2025. For further inquiries, potential bidders can contact Kenyanna Jennings at Kenyanna.L.Jennings@usace.army.mil or Dellaria Martin at Dellaria.L.Martin@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the logistics for a pre-bid site visit related to a government procurement, likely an RFP. It specifies the meeting location at 990 Smith Dr SW, Cleveland, TN 37311, and details parking arrangements. Parking is available along Smith Dr. SW and within a designated staging area, as indicated on plan sheet V-102 and illustrated in Figures 1 and 2. The document serves to provide essential information for contractors or bidders attending the site visit, ensuring clarity on access and staging for the potential project.
    The document outlines details for a pre-bid site visit related to a project in Cleveland, TN. The specified meeting location is near 990 Smith Dr SW, with parking options available on Smith Dr. SW and in a designated staging area as detailed in plan sheet V-102. Accompanying visuals (Figures 1 and 2) provide guidance on parking and staging arrangements. This pre-bid visit is an essential step for prospective bidders, allowing them to assess site conditions and logistics as part of the bidding process. Such procedural details are typical within federal and local RFP contexts, ensuring clarity for participants before project bid submissions.
    The document is an Abstract of Offers for Construction, specifically for the "Williams Street Detention Structure" project issued by W072 ENDIST NASHVILLE KO CONTRACTING DIVISION. It details the solicitation process, including the solicitation number W912P5-25-B-A006, dates of issue, opening, and amendments. The abstract lists a government estimate for the project, categorized as a "Reasonable Contract (Without Profit)," totaling $937,212.24. It also records two offers received: Wilamut Construction Co LLC and Gale Construction Company, both acknowledging amendments and providing 20% Bid Bonds. The offers include itemized unit prices and estimated amounts for tasks such as Mobilization and Demobilization, Clearing, Grubbing, and Miscellaneous Demolition, Excavation, Seeding/Planting, and Disposal Area Closure, demonstrating a competitive bidding process for a federal construction project.
    The solicitation W912P525BA006 is a 100% Small Business Set-Aside Request for Proposal (RFP) for the Blount Channel Modification project in Cleveland, TN, with an estimated value between $500,000 and $1,000,000. This firm-fixed-price construction contract, under NAICS code 237990, requires bidders to submit offers electronically via the Procurement Integrated Enterprise Environment (PIEE) by August 28, 2025, at 01:00 PM local time. Key requirements include registration in the System for Award Management (SAM), a bid guarantee of 20% of the bid price (up to $3,000,000), and submission of SF 1442, acknowledged amendments, and a bid schedule. A mandatory organized site visit is scheduled for July 28, 2025, at 12:00 PM Eastern. Contractors must also provide performance and payment bonds upon award and adhere to regulations regarding telecommunications equipment and responsibility matters. Technical inquiries must be submitted through ProjNet.
    This document, Amendment 0001 to Solicitation W912P525BA006 for the Blount Ave. Channel Modification project, outlines critical updates for potential bidders. The amendment provides revised technical specifications and plans, government answers to industry questions, and the physical site visit sign-in sheet. Key changes include modifications to drawing sheets and several technical sections (e.g., Clearing and Grubbing, Price and Payment Procedures, Temporary Environmental Controls, Forms and Attachments, and Summary of Work). The project, a 100% Small Business Set-Aside with an estimated value between $500,000 and $1,000,000, requires electronic bid submissions via the PIEE Solicitation Module. Bidders must register with SAM, provide a bid guarantee, and submit performance and payment bonds if awarded the contract. The amendment emphasizes strict adherence to submission guidelines, including file formatting and timely delivery, and provides detailed instructions for the pre-bid site visit and communication protocols via ProjNet.
    The solicitation document outlines a federal construction contract opportunity for the Blount Channel Modification project located in Cleveland, TN. The project, designated under the solicitation number W912P525BA006, is set with a cost magnitude between $500,000 and $1,000,000 and is exclusively a small business set-aside per federal guidelines. Interested bidders must submit sealed bids by August 28, 2025, conforming to specified requirements, including performance and payment bonds. Prospective bidders are urged to review pertinent specifications and planned site visits will be organized to facilitate understanding of project conditions. Bids must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE), emphasizing the prohibition of classified data and the requirement for adherence to specific submission protocols. Key clauses incorporated address insurance, bid guarantees, and compliance with federal acquisition regulations. The government's awards will be based on the lowest priced, responsible bidder, emphasizing the importance of adherence to timelines and performance expectations. This document underscores the government's commitment to transparency, compliance, and support for small businesses within federal contracting frameworks.
    The “Blount Avenue Channel Modification, Cleveland Flood Reduction Project” outlines plans for channel improvements in Cleveland, TN, under contract W912P5-25-B-A006, issued July 2025. The project focuses on modifying the Blount Avenue Channel to mitigate flood risks, with detailed horizontal control, grading limits, and work areas defined across multiple sheets (C-101 to C-105). Key aspects include extensive clearing and grubbing, adherence to specific control lines for construction, and the establishment of haul routes. The plans detail demolition of existing infrastructure and construction of new channel modifications, with particular attention to protecting existing utilities like sewer lines, power poles, and overhead power lines. Safety precautions, especially around overhead power lines, are emphasized, and all disposal of materials must comply with local, state, and federal regulations. The project requires close coordination with Cleveland Utilities for any work affecting their infrastructure.
    The 'Channel Modification Blount Avenue' project (W912P525BA006, Amendment 0001) in Cleveland, TN, outlines a channel excavation along South Mouse Creek. The project involves approximately 1,400 linear feet of channel modification, including excavation, hauling, grading, stripping, hydroseeding, planting, and clearing/grubbing. Key requirements include commencing work within ten days of the Notice to Proceed and adhering to all specifications and federal regulations (FAR). The contract details payment procedures for various work items like mobilization, clearing, excavation, seeding, and disposal area closure. Environmental protection is a major focus, requiring the contractor to minimize pollution, comply with all environmental laws, and obtain an NPDES Stormwater Construction General Permit. A comprehensive Environmental Protection Plan (EPP) is mandated, covering stormwater management, protection of cultural and biological resources, waste management, and spill control. Surveys are critical, with pre and post-construction surveys required by an independent, qualified firm.
    The Blount Avenue Channel Modification project in Cleveland, Tennessee, outlines the bidding schedule for contractors interested in the development work. The key components of the project include mobilization and demobilization, clearing and grubbing, excavation (5,000 cubic yards), seeding/planting, and the closure of disposal areas. Each described task is presented alongside estimated quantities and unit prices, though these financial values are left unassigned. This document serves as a formal solicitation for bids, indicating the federal government's intent to engage contractors for necessary environmental modifications and channel management, emphasizing infrastructure improvement and ecological considerations in local waterways. The structured format highlights essential elements needed for potential bidders to assess costs and prepare their proposals, thereby contributing to the overall efficiency of the bidding process.
    The Nashville District of the U.S. Army Corps of Engineers has developed plans for the Blount Avenue Channel Modification Project, part of the Cleveland Flood Reduction Project in Cleveland, Tennessee. This project, detailed in document W912P5-25-B-A006, involves modifying the South Mouse Creek Channel. The plans, certified in July 2025, include detailed designs, survey information, and construction notes. Key aspects cover site security, utility protection, erosion control, and proper disposal of construction waste. The project emphasizes adherence to safety regulations and coordination with local utilities like Cleveland Utilities. The document outlines horizontal and vertical control points, typical sections, and cross-sections for the channel modification, ensuring a smooth transition with existing slopes. It also details two disposal sites for excavated soil, with specific guidelines for their use and closure.
    The Blount Avenue Channel Modification Project is a U.S. Army Corps of Engineers initiative aimed at flood reduction in Cleveland, Tennessee. Approved and documented in July 2025, the project includes designed plans to modify the local channel and improve flood management infrastructure. Key elements include site drawings, general notes on construction practices, demolition and construction requirements, and detailed survey control to ensure accuracy throughout. Contractors are instructed to implement strict erosion control measures, coordinate safety precautions for existing utilities and structures, and maintain site security. The project emphasizes the protection of existing infrastructure, including overhead power lines and sewer systems. Environmental guidelines mandate best management practices to reduce site disturbance during construction and ensure compliance with water quality certifications. The comprehensive plans provided reflect a collaborative effort to mitigate flood risk while adhering to regulatory obligations, ultimately aiming to enhance community safety against flooding events.
    The document outlines the technical specifications for the Blount Avenue Channel Modification project in Cleveland, Tennessee, under Solicitation No. W912P525BA006 by the US Army Corps of Engineers, Nashville District. It details general requirements, summary of work, and price and payment procedures for this channel excavation project along South Mouse Creek. Key aspects include comprehensive meeting protocols (coordination, partnering, quality control, safety, weekly progress), specifications for project signs, working hours, contractor staging areas, daily cleanup, protection of existing facilities, and contractor performance evaluation. The scope of work involves approximately 1,400 linear feet of channel modification, including excavation, hauling, grading, stripping, hydroseeding, planting, clearing and grubbing, and riprap placement. Payment items cover mobilization, demobilization, clearing, grubbing, demolition, excavation, seeding, planting, and disposal area closure. The document also provides detailed requirements for project scheduling, including software compatibility (Primavera P6), activity cost loading, file naming conventions, level of detail, activity durations, and specific coding for various aspects of work. It emphasizes adherence to USACE standards and regulations, with a strong focus on safety, quality control, and veteran employment.
    The Blount Avenue Channel Modification project, under Solicitation No. W912P525BA006 by the US Army Corps of Engineers, involves modifying approximately 1,400 linear feet of the left bank of South Mouse Creek in Cleveland, TN. The project includes channel excavation, grading, hydroseeding, planting, and riprap placement. The document outlines general requirements, detailing project management procedures including preconstruction submittals, contractor performance evaluations, and safety protocols. It requires contractors to initiate work within ten days following the Notice to Proceed and mandates weekly progress meetings to discuss project updates and risks. Additionally, it emphasizes the need for comprehensive contractor surveys, payment procedures, and project scheduling to ensure timely completion while adhering to safety and environmental regulations. The project highlights the importance of accurately documenting processes and maintaining clear communication between contractors and government representatives to guarantee successful execution and compliance with federal guidelines.
    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.
    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.
    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.
    Sebewaing River South Levee Repairs
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the Sebewaing River South Levee Repairs project, which is designated as a total small business set-aside. The project involves mobilizing equipment to Sebewaing, Michigan, to perform essential repairs along the Sebewaing River and south levee, including clearing vegetation, installing steel sheet piles, earth anchors, and backfilling/grading with excavated materials reused onsite. This work is crucial for maintaining the integrity of the levee system, which plays a significant role in flood risk management. Interested contractors can reach out to Sally Artz at sally.artz@usace.army.mil or by phone at 313-226-2206 for further details regarding the solicitation.
    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.
    Central City Bypass Channel North
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Central City Bypass Channel North project, as indicated in Amendment 0013 to solicitation W9126G25R0133. This procurement involves construction services categorized under Other Heavy and Civil Engineering Construction, specifically focusing on the construction of canals. The project is significant for enhancing local infrastructure and managing water flow effectively. Interested contractors can access the solicitation documents and amendments via the Projnet plan room using the quick add key QY3BEZ-FFK9QQ, and should direct inquiries to Alexander Rust at alexander.g.rust@usace.army.mil.
    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.