TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
ID: W912P826QA003Type: Solicitation
Overview

Buyer

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

NAICS

Support Activities for Forestry (115310)

PSC

SPECIAL STUDIES/ANALYSIS- NATURAL RESOURCE (B525)

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, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.

    Files
    Title
    Posted
    This government solicitation, W912P826QA003, from the U.S. Army Corps of Engineers, New Orleans District, seeks Women-Owned Small Businesses (WOSB) for timber cruise services within the Atchafalaya Basin Floodway System (ABFS) project. The purpose is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions. Contractors will determine forest value, including hypothetical valuations under harvesting restrictions imposed by the Government’s Flowage, Developmental Control, and Environmental Protection easement. The BPA has a ceiling of $1,000,000.00 USD and an estimated performance period from December 2025 through December 2030. The document outlines specific tasks for timber cruises, reporting requirements, safety guidelines, and payment procedures. It also includes wage determinations and fringe benefits applicable under the Service Contract Act for various occupations in Louisiana.
    Similar Opportunities
    ATCHAFALAYA BASIN, GULF INTRACOASTAL WATERWAY (GIWW) AND MISC CUTTERHEAD DREDGE #1-2025, OM25066 through #2-2025, OM25067
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the provision of a fully crewed and equipped cutterhead dredge for the Atchafalaya Basin and Gulf Intracoastal Waterway (GIWW) project. The procurement involves furnishing a dredge with a discharge size of 30 inches or greater, along with all necessary equipment and crew, to perform dredging work primarily in the Mississippi River and potentially other areas within the New Orleans District. This project is significant for maintaining navigability and managing sediment in critical waterways, with an estimated construction value between $10 million and $25 million. Interested vendors should prepare for the solicitation, expected to be issued around July 25, 2025, and must register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Francesca Deboer at francesca.e.deboer@usace.army.mil or call 504-862-1604.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Buyer not available
    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.
    Invitation for Bids, Sam Rayburn and Town Bluff Lakes, Jasper, Texas, SALVAGE Pay-As-Cut Contract
    Buyer not available
    The U.S. Army Corps of Engineers, Fort Worth District, is inviting bids for a Government Forest Products Salvage Contract related to the purchase and removal of government-owned pine and hardwood timber from Sam Rayburn and Town Bluff Lakes in Texas. Bidders are required to submit proposals for the salvage operation, which includes an estimated volume of 500 tons of pine sawtimber and 100 tons each of various hardwood and pine products, with a mandatory bid deposit of $1,000 for Item 1. This procurement is crucial for managing forest resources and ensuring sustainable timber practices. Bids are due by January 8, 2026, at 9:00 AM local time, and interested parties can contact Corey Walk at corey.d.walk@usace.army.mil or John Hamilton at john.w.hamilton@usace.army.mil for further information.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 2-2025 (OM25002)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Southwest Pass Hopper Dredge Contract No. 2-2025, which involves dredging operations from Baton Rouge to the Gulf of Mexico. The primary objective of this procurement is to enhance navigational channels by constructing dredging facilities, which are crucial for maintaining the shipping routes in this vital waterway. This contract is significant for ensuring the efficient movement of goods and services through one of the busiest ports in the United States. Interested contractors can reach out to Cori A. Caimi at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352 for further details, while Bambi Raja is also available at Bambi.L.Raja@usace.army.mil or 504-862-1499 for additional inquiries.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
    Buyer not available
    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.
    TENSAS PARISH, LOUISIANA, LEVEE ENLARGEMENT AND BERMS, ITEMS 393-R, FC/MR&T, WBMRL
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Vicksburg District, is soliciting proposals for the Tensas Parish, Louisiana Levee Enlargement and Berms project, which is a Total Small Business Set-Aside opportunity. This procurement, estimated to exceed $10,000,000, involves the construction of seepage and stability berms, as well as the enlargement of levees, including tasks such as clearing, grubbing, embankment work, and erosion control. The project is critical for enhancing flood protection and infrastructure resilience in the region. Interested contractors, who must be holders of the FY 25 MATOC for Mississippi River Levees, are required to submit their offers by December 9, 2025, at 2:00 PM local time, and can direct inquiries to Kasey Davis at Kasey.T.Davis@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Buyer not available
    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, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003)
    Buyer not available
    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.
    Freshwater Bayou Waterway, Freshwater Bayou Lock, New Shops Building, Vermilion Parish, Louisiana
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a new shops building at the Freshwater Bayou Lock in Vermilion Parish, Louisiana. This competitive 8(a) procurement involves the procurement, delivery, and installation of precast concrete piles, a pre-engineered metal building, metal stairs, and associated site work, with a project value estimated between $5,000,000 and $10,000,000. The project is critical for enhancing operational capabilities at the Freshwater Bayou Waterway and adheres to strict safety and environmental standards. Interested contractors must register with SAM.gov and submit their bids by the established deadline, with a 20% bid guarantee required for bids up to $3,000,000. For further inquiries, contact Taylor H. Brandon at taylor.h.brandon@usace.army.mil or Michelle Dalmado at michelle.dalmado@usace.army.mil.