Flood Control, Amite River Tributaries, Louisiana, Comite River Basin, Comite River Diversion Project, Bayou Baton Rouge Rock Chute, East Baton Rouge Parish, Louisiana
ID: W912P825B0001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST N ORLEANSNEW ORLEANS, LA, 70118-3651, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The document relates to the Comite River Diversion Project in East Baton Rouge Parish, Louisiana, managed by the U.S. Army Corps of Engineers. It details the construction and flood control initiatives aimed at mitigating water management issues within the Comite River Basin, specifically focusing on the Bayou Baton Rouge Rock Chute. The project necessitates various engineering works, including the construction of diversion channels, roadways, and utilities. Key points underscore the importance of obtaining necessary permits, coordination with local utility companies, and maintaining proper site drainage throughout the construction phase. Supporting details include plans for the removal of existing bridges and utilities along Carney Road, along with specifics about project benchmarks and control points for effective monitoring. The document outlines significant construction phases, utilities' relocations, and compliance with local and federal standards regarding safety and environmental considerations. This effort signifies the government's commitment to enhancing infrastructure and managing flood risks effectively while adhering to regulatory requirements. The project's successful execution will require rigorous oversight throughout its phases, ensuring minimal disruption to the community and compliance with all operational guidelines.
    The document outlines the "Comite River Diversion Project" managed by the U.S. Army Corps of Engineers in East Baton Rouge Parish, Louisiana. Its primary aim is flood control and enhanced drainage in the Comite River Basin, particularly involving the Bayou Baton Rouge Rock Chute. The project details interim site grading and drainage plans, including specifications for disposal areas, interceptor ditches, and guide levees, designed to manage water flow effectively. Construction phases are clearly structured, indicating steps such as excavating for the diversion channel, building guide levees, and establishing drainage systems. Key elements include the installation of a pump station and the removal of existing infrastructure, ensuring compliance with environmental and engineering standards. The document also specifies geotechnical requirements and emphasizes safe construction practices to mitigate potential impacts on local communities and environments. Overall, the project signifies a comprehensive approach to manage flooding risks, enhance drainage capabilities, and ensure environmental preservation in line with federal guidelines, which aligns well with government RFP processes for infrastructure development.
    The document details the solicitation for a construction project related to the Comite River Diversion Project, specifically focusing on the Bayou Baton Rouge Rock Chute in East Baton Rouge Parish, Louisiana. It outlines the project's purpose, which is flood control for the Amite River and its tributaries. The file includes specifics such as the contractor details, project plans, and engineering requirements, as well as the necessary road closures and detours for construction activities. Key elements include the proposed pump station, site grading, road maintenance, and excavation data. The plans emphasize proper traffic management during construction, including detour signs and details about temporary traffic control. Additionally, the document mentions the use of specific construction methods and materials, particularly regarding concrete and environmental considerations for water flow management. Compliance with safety and construction standards is highlighted throughout, reflecting the project's alignment with federal and state regulations. Overall, the proposal indicates readiness for advertisement and outlines critical logistical and engineering factors essential for executing the project effectively, underscoring its importance in flood management within the region.
    The document outlines specifications for the Comite River Diversion Project in East Baton Rouge Parish, Louisiana, led by the U.S. Army Corps of Engineers' New Orleans District. The project focuses on flood control within the Comite River Basin and details various construction elements such as a Bayou Baton Rouge Rock Chute. It includes engineered plans for structural components, electrical systems, and safety measures for the pump station involved in the project. The plans are marked as "ready for advertisement," indicating progress towards initiating contract solicitations. Key aspects covered include materials used, testing methods for structural integrity, electrical layout for pump stations, and installation guidelines for safety features. The overarching goal is to mitigate flooding risks while adhering to federal guidelines, engaging architectural and engineering experts from HNTB Corp. This development demonstrates federal investment in state-level infrastructure for enhanced flood management and safety.
    The document outlines specifications and data for the Comite River Diversion Project in East Baton Rouge Parish, Louisiana, managed by the U.S. Army Corps of Engineers. It includes an exchange table for SCADA (Supervisory Control and Data Acquisition) systems associated with pump stations, detailing tag numbers, read and write addresses for monitoring pump activities, and related alarms for operational failures. The document emphasizes the contractor's responsibility for developing customized data exchange protocols and provides a format for tagging single conductor wires, indicating required terminal identifiers. Additionally, key service entrance specifications for electric service by Dixie Electric Membership Corporation are highlighted, including grounding methods and installation requirements. The solicitation outlines expected elevations, utility connections, and various environmental controls. This documentation serves as a comprehensive guide for entities involved in the project to ensure adherence to safety, compliance, and planned execution for managing flood control in the Comite River Basin.
    The document outlines the Comite River Basin Diversion Project in East Baton Rouge Parish, Louisiana, focusing on flood control and infrastructure improvements. The project involves a detailed survey and relocation plan for utilities, including electric, water, gas, and communication services, along with an assessment of existing rights-of-way and environmental considerations. Key aspects include managing existing roadways and ensuring utilities are either relocated or removed in conjunction with construction efforts. Emphasis is placed on maintaining safety and compliance with regulations during the implementation phase. The project is organized into sections detailing land surveys, utility disposition tables, and planned modifications to existing infrastructure. It highlights stakeholder responsibilities, especially concerning utility relocations, and articulates a clear timeline and process for project execution, demonstrating the commitment to enhancing regional flood control measures and infrastructure resilience. This document serves as a crucial resource for executing the proposed developments, ensuring all parties are aligned with the project’s objectives.
    This document serves as an amendment to a federal solicitation, specifically detailing the arrangements for a scheduled site visit related to the solicitation number W912P825B0001. The amendment confirms that the bid opening date remains unchanged while emphasizing the importance of acknowledging receipt of the amendment for offerors before the specified time. Key changes include the addition of the clause 52.236-27, which outlines the requirements for a site visit, encouraging contractors to inspect the work site due to potential differing conditions that may impact the project. A site visit is scheduled for January 8, 2025, at 9:00 AM, with participants required to contact designated representatives via email for sign-up and further meeting instructions. Overall, this document is essential for ensuring that interested contractors are informed about the site visit and understand the bidding process requirements, emphasizing transparency and active participation in the procurement process.
    The document is an amendment to a solicitation for a government contract, formally addressing contractor inquiries and providing updates. It extends the deadline for additional questions until January 14, 2025, while the bid opening date remains unchanged. The main inquiry involved discrepancies in the required number of pump stations as indicated by various plan sheets. The response clarifies that only two non-clog submersible pumps are needed within one required pump station, negating the need for a quadplex configuration. Reference Materials, including city-specific standards and drawings, are provided for further guidance. This amendment emphasizes the government's transparency in addressing contractor concerns and ensuring accurate project specifications while maintaining procedural integrity in the procurement process.
    The document is an amendment to a government solicitation regarding a site visit scheduled for January 8, 2025. It specifies that contractors must email Mr. John Thompson by 3:00 PM local time on January 7, 2025, to obtain details about the meeting location and time. Late requests cannot be guaranteed a response. The amendment does not alter existing solicitation terms except for clarifying the site visit arrangements. Contractors are reminded to acknowledge receipt of this amendment to ensure their offers are considered valid. The document underscores the importance of timely communication with the contracting officer and adherence to specific procedures for acknowledgment and potential offer modifications, pivotal in government bid processes.
    The document outlines the Invitation for Bid (IFB) number W912P825B0001 from the U.S. Army Corps of Engineers for the construction of flood control projects in the Amite River and Comite River Basin in Louisiana. Scheduled for bid submission on January 28, 2025, the project is categorized as unrestricted, with an estimated cost between $25 million and $100 million. The work involves various activities including clearing, channel construction, pump station installation, and road modifications. It emphasizes compliance with affirmative action programs and federal regulations, mandating a project labor agreement. Bidders must register with the System for Award Management (SAM) and adhere to strict requirements for bid submission, safety protocols, and project management. The document also details the bidding schedule, required certifications, and response instructions for bidders. It emphasizes the importance of timely bid submissions while addressing potential logistical delays, such as train blockages affecting access to the bid opening site. The notice underscores the government's commitment to equal employment opportunities and the necessity for thorough compliance with safety and health standards throughout the project's lifecycle.
    This document serves as an amendment to a federal solicitation, specifically postponing the bid opening date indefinitely for solicitation number W912P825B0001. While the terms and conditions previously outlined remain effective, the postponement necessitates a new bid opening date to be established through a forthcoming amendment. Contractors must acknowledge receipt of this amendment to ensure their offers aren't rejected. The amendment outlines the procedures for acknowledgment, including options for returning copies or including references within offers. This change is categorized as a modification that affects the administrative details of the original solicitation. The document emphasizes the importance of timely acknowledgment by potential contractors to maintain bid eligibility, underscoring the significance of compliance in the federal contracting process. Overall, this amendment reflects standard practices in managing federal procurement solicitations, focusing on effective communication with contractors regarding procedure updates.
    This document is an Amendment to Solicitation No. W912P8-25-B-0001 for the Bayou Baton Rouge Rock Chute project in East Baton Rouge Parish, Louisiana. It outlines modifications to the original solicitation, including the provision of estimated quantities for various line items, a sign-in sheet from a previous site visit, and guidance for accessing the Interested Vendors List via SAM.gov. The bid opening date has been extended to February 6, 2025, with bids due by 10:00 AM local time. The amendment specifies detailed descriptions of the various Contract Line Item Numbers (CLINs) including mobilization, safety fencing, video documentation, and several construction elements for a pump station and bridges, along with electrical work and site clearing. Instructions for bid submission, the process for electronic and physical bids, and security protocols for in-person submissions are provided. The amendment emphasizes timely submission and outlines the need for bidders to acknowledge receipt of this amendment to avoid disqualification. Overall, the document ensures clarity and compliance for prospective contractors participating in the bidding process for federal projects.
    Similar Opportunities
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    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.
    Atchafalaya Basin Construction – Bayou Sale East West Tie-In
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), New Orleans District, is seeking qualified industry partners for the construction of the Atchafalaya Basin project, specifically the Bayou Sale East West Tie-In. The project involves the construction of approximately 0.5 miles of levee along the Gulf Intracoastal Waterway, including raising the levee, improving access roads, and implementing erosion control measures, with an estimated construction value between $1 million and $5 million. This initiative is crucial for enhancing levee stability and ensuring safe access to adjacent facilities. Interested firms must submit their capability statements by January 5, 2026, to the designated contacts, Francesca E. deBoer and Christopher M. Nuccio, and must be registered in the System for Award Management (SAM) under NAICS 237990 prior to award.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 3-2025, which involves the construction and maintenance of a saltwater barrier sill along the Mississippi River. The project requires contractors to mobilize, perform dredging operations, and provide standby services, with an estimated construction magnitude between $10 million and $25 million, depending on available funding. This contract is crucial for environmental management and flood control in the region, ensuring the integrity of the river ecosystem. Interested bidders must register with the System for Award Management (SAM) and comply with various guidelines, including the Equal Opportunity clause, with bids evaluated based on price and compliance. For further information, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003)
    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. 3-2025, aimed at maintaining navigable waterways from Baton Rouge to the Gulf of Mexico. The contract requires the provision of a fully crewed and equipped self-propelled trailing suction hopper dredge for various dredging operations, with an estimated value between $10 million and $25 million. This project is critical for ensuring efficient transportation and environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and comply with affirmative action programs, with further inquiries directed to 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)
    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.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 10-2025 (OM25010)
    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. 10-2025, which involves dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico, specifically in Plaquemines Parish, Louisiana. Contractors are required to provide a fully crewed and equipped self-propelled trailing suction type hopper dredge, with the potential for work to extend into areas of the Galveston and Mobile Districts. This project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated contract value ranging between $10 million and $25 million, contingent upon available funding. Interested bidders must be registered in the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with the bid opening date to be announced in a future amendment.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 6-2025 (OM25006)
    Dept Of Defense
    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 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.
    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. 1-2025 (OM25275)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for maintenance dredging work on the Mississippi River, specifically from Baton Rouge to the Gulf of Mexico, under the project titled "Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025." The project requires the provision of a fully crewed and equipped cutterhead dredge with a discharge size of 30 inches or greater, along with all necessary equipment and crew, to ensure the maintenance of critical waterways. This dredging operation is vital for maintaining navigability and supporting commercial shipping activities in the region, with an estimated contract value ranging between $10 million and $25 million. Interested vendors should register on Sam.gov and may contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further details regarding the solicitation process.