The Southeast Louisiana, (SELA) Peoples Avenue Subbasin Plan - Orleans Parish Urban Flood Control Project SELA 26.1a Florida Ave. Phase IV, Orleans Parish, Louisiana
ID: W912P825B0048Type: Solicitation
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 soliciting bids for the Southeast Louisiana Urban Flood Control Project, specifically the Widening of Florida Avenue Canal Phase IV in Orleans Parish, Louisiana. This project involves extensive construction activities, including the relocation of large bore utilities, clearing, demolition, excavation, and the installation of temporary retaining structures, with a focus on enhancing flood control measures in the region. The estimated contract value ranges from $25 million to $100 million, and bids are due by September 18, 2025, at 9:30 a.m. local time, with a public bid opening scheduled for the same day at 10:30 a.m. Interested contractors should contact Nakiea Butler at nakiea.b.butler@usace.army.mil or Michelle Dalmado at michelle.dalmado@usace.army.mil for further information.

    Files
    Title
    Posted
    The document titled "Appendix F: City of New Orleans – Department of Public Works – Standard Details" serves to establish standardized specifications and guidelines for public works projects within New Orleans. It outlines essential details concerning construction and maintenance practices aimed at ensuring consistency, safety, and quality in public infrastructure. The appendix focuses on a range of areas such as road and drainage systems, sidewalks, and utility installations, providing diagrams and specifications for each. It aims to inform contractors and project managers of the required standards, facilitating compliance and accountability during project execution. Furthermore, this standardization is critical for streamlining the bidding process within the context of federal, state, and local Requests for Proposals (RFPs) and grants, ensuring that all submitted proposals align with the city's expectations for public works development. Ultimately, this document serves as a foundational resource for enhancing urban infrastructure and promoting effective project management in accordance with municipal regulations.
    The U.S. Army Corps of Engineers, New Orleans District, issued Solicitation W912P825B0048 for the SELA Urban Flood Control Project, SELA 26.1A – Widening of Florida Ave Canal Phase IV. This construction project, located in Orleans Parish, Louisiana, involves widening the Florida Avenue Canal from St. Ferdinand Street to Peoples Avenue. The work, estimated between $25,000,000 and $100,000,000, includes constructing large bore utility crossings, clearing, demolition, excavation, dewatering, and the relocation of utilities. Bids are due by electronic submission or physical delivery on July 22, 2025, at 10 AM local time, with a public bid opening at 11 AM. A site visit is scheduled for June 4, 2025. Bidders must register in SAM, adhere to affirmative action and non-segregated facilities requirements, and provide a bid guarantee of 20% of the bid price or $3,000,000, whichever is less. The contract will be a firm-fixed-price award.
    The U.S. Army Corps of Engineers, New Orleans District, has issued a solicitation (W912P825B0048) for the SELA Urban Flood Control Project, specifically the widening of the Florida Avenue Canal Phase IV in Orleans Parish, Louisiana. The project entails significant construction work, including utilities crossing over canals and under railroad tracks, with essential tasks such as clearing, demolition, and water control. The estimated contract value ranges from $25 million to $100 million, and bids must be submitted by electronic means by July 22, 2025, at 11 AM local time. Bidders are required to adhere to affirmative action requirements, register in the System for Award Management (SAM), and submit full, accurate information with their proposals. Additionally, a site visit is scheduled for June 4, 2025. The document outlines bid submission protocols, safety guidelines, and detailed project specifications comprising various construction divisions, ensuring compliance with relevant safety and environmental regulations throughout the project lifecycle. This solicitation emphasizes the Army Corps’ dedication to improving urban flood control infrastructure while adhering to federal contracting practices and regulations.
    The Norfolk Southern Standard Specifications for Materials and Construction outlines comprehensive guidelines for contractors involved in railway construction projects. The document, effective January 2019, details responsibilities regarding material supply, safety, insurance, and compliance with federal and state regulations. Specifically, it delineates the process for clearing, grubbing, demolition, and site work necessary before construction begins. This includes stringent regulations on environmental protection, utility management, and safety protocols around operational railroads. Key sections address general instructions on contract performance, various site work activities, including drainage and erosion control, and specific specifications for materials. Contractors must manage waste disposal responsibly, safeguard remaining structures, and secure necessary permits while ensuring erosion control measures are in place. Additionally, they must maintain a clean worksite and abide by safety regulations during operations, particularly when adjacent to active tracks. The specifications aim to create a safe, efficient construction environment, reinforcing Norfolk Southern’s commitment to regulatory compliance and operational integrity. Overall, this document serves as an essential resource for contractors seeking to align with industry standards and safety practices in railway construction efforts.
    The document outlines the specifications for government-furnished property (GFP) related to the construction project "Widening of Florida Avenue Canal Phase IV." Key materials include prestressed concrete piles, large diameter valves, steel sheet piles, steel pipe piles, and galvanized pipe straps. Each material is specified to be inspected by the contractor in conjunction with the Contracting Officer's representative within ten days after the pre-construction conference and is furnished "as-is," meaning the contractor must provide the necessary equipment for installation. Unused materials become the contractor's property and must be removed from the site upon project completion. The document mandates that specific materials cannot be used in designated areas, especially near railroad tracks or within permanent structures. It emphasizes the contractor’s responsibility to ensure all materials meet operational standards, perform annual inspections, and adhere to quality control protocol as detailed in the Resident Management System (RMS). This request for proposals (RFP) is part of a broader urban flood control initiative in Orleans Parish, aiming to enhance infrastructure resilience and compliance with federal regulations. Through detailed material specifications and contractor obligations, it seeks to ensure project quality, safety, and environmental standards are maintained throughout the construction process.
    The Norfolk Southern Standard Specifications for Materials and Construction (January 2019) provides comprehensive guidelines for contractors regarding the execution of various construction tasks associated with Norfolk Southern Railway projects. It is divided into multiple divisions, including general information, site work, pavement surfaces, track systems, barriers, structures, utilities, specialty equipment, traffic control, security systems, and electrical systems. Key components cover essential aspects such as general instructions, safety regulations, environmental compliance, quantification, and payment procedures. The document stresses contractor responsibility for adhering to federal, state, and local regulations and emphasizes the need for permits, erosion control, and safety measures to protect personnel and the public. Specific sections detail procedures for demolition, clearing, grubbing, drainage removal, and the installation of surveying monuments. The importance of maintaining a clean site, safeguarding existing structures, and ensuring all construction practices align with environmental standards is underscored throughout the specifications. Overall, the document serves as a critical resource in outlining expectations and standards for contractors engaged in projects with Norfolk Southern, ensuring compliance and quality in their execution.
    Amendment 0003 to Solicitation W912P825B0048 for the SELA Urban Flood Control Project, specifically the Widening Of Florida Ave Canal Phase IV, has been issued. This amendment, dated July 14, 2025, primarily postpones the bid opening date. A new bid opening date will be re-established via a future amendment. Offerors must acknowledge receipt of this amendment through specified methods, such as completing and returning copies of the amendment, acknowledging it on their offer, or sending a separate letter or telegram, to avoid rejection of their offer. This modification ensures that all other terms and conditions of the original solicitation remain in full force and effect.
    This amendment modifies solicitation W912P825B0048 for the SELA Urban Flood Control Project, specifically the Widening of Florida Ave Canal Phase IV. The amendment's primary purpose is to provide additional site visit information for prospective offerors. An organized site visit is scheduled for June 4, 2025, at 10 AM local time, with participants meeting at 2601 Florida Ave, New Orleans, LA 70117. Full Personal Protective Equipment (PPE) is mandatory for this visit. All inquiries regarding the site visit should be directed to James “Rudy” Ortego. The solicitation's terms and conditions remain otherwise unchanged, and offerors must acknowledge receipt of this amendment to ensure their offer is considered.
    Amendment 0002 to Solicitation W912P825B0048 for the SELA Urban Flood Control Project, specifically Phase IV of the Florida Avenue Canal Widening, has been issued. This amendment serves two primary purposes: first, to inform potential bidders about a new Sources Sought (W912P825SS0011) that has been released to conduct additional market research regarding Project Labor Agreements (PLAs), urging interested parties to respond; and second, to clarify that the solicitation is an Invitation for Bid (IFB), confirming it is a hard bid process rather than a Request for Proposal (RFP) or Best Value procurement. The amendment also reiterates that all other terms and conditions of the original solicitation remain unchanged and in full force and effect. The deadline for acknowledging this amendment is not extended.
    Amendment 0004 to Solicitation W912P825B0048 for the SELA Urban Flood Control Project, specifically for the Widening of Florida Ave Canal Phase IV, St. Ferdinand Street to Peoples Avenue, has been issued. This amendment establishes a second site visit for potential contractors to view Government Furnished Property. The site visit is scheduled for July 31, 2025, at 10 AM Local Time, with the meeting point at 2601 Florida Avenue, New Orleans, LA 70117. The amendment, dated July 24, 2025, from USACE, Contracting Division, also notes that another amendment will be forthcoming. Offerors must acknowledge receipt of this amendment.
    This document is an amendment to solicitation W912P825B0048 for the SELA Urban Flood Control Project, specifically the Widening of Florida Ave Canal Phase IV. The amendment extends the offer receipt date, replaces Appendices A-E (with only Appendix B revised), and adds new contract clauses regarding Government Property and Use and Charges. It also includes responses to 61 questions from contractors, clarifying aspects such as wage decisions, timber mat crossings, precast structures, Government-furnished property (including steel piles, concrete piles, and valves), railroad protective services, work hours, material disposal, utility tie-ins, and the application of Project Labor Agreements (PLAs). Notably, a PLA exception was granted for this project. Several sections of the specifications are revised to reflect these clarifications, including details on field verification of utility locations, temporary retaining structures, cathodic protection, flowable fill strength, pile driving methods, and payment for sewer and drainage force mains. Additionally, six specific drawings (C-100, C-108, C-111, C-112, C-401, and C-503) are revised. The document also provides a revised heavy construction wage determination for various Louisiana parishes, effective July 4, 2025, detailing minimum wage rates and fringe benefits for different crafts.
    This amendment to solicitation W912P825B0048, for the SELA Urban Flood Control Project, SELA 26.1A - Widening Of Florida Ave Canal Phase IV, St. Ferdinand Street to Peoples Avenue, postpones the bid opening date. A new date will be established in a future amendment. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or telegram referencing the solicitation and amendment numbers. Failure to acknowledge receipt before the specified deadline may result in the rejection of the offer.
    This amendment to solicitation W912P825B0048 for the SELA Urban Flood Control Project, Florida Ave Canal Phase IV, updates specifications, re-establishes the bid opening date, and provides updated instructions. Bids are due by September 18, 2025, at 9:30 a.m. local time, with the bid opening at 10:30 a.m. the same day; no extensions will be granted. The amendment details changes to contract clauses, including replacing FAR 52.243-6 with FAR 52.243-4 regarding changes, and revising sections on utility coordination and government-furnished property. It also adds new specifications for knife valves and updates appendices and drawings. The document outlines responsibilities for the contractor regarding the inspection, possession, and use of government-furnished concrete piles, large diameter valves, steel sheet piles, steel pipe piles, and galvanized pipe straps.
    The document outlines the solicitation for the SELA Urban Flood Control Project, specifically focusing on the Widening of the Florida Avenue Canal Phase IV in Orleans Parish, Louisiana. Managed by the U.S. Army Corps of Engineers, the project aims to enhance flood control measures in the region. The project is set to be ready for advertisement by April 2025, with critical specifications and notes provided on construction operations, utility management, and environmental considerations. Key elements include a detailed description of responsibilities for contractors, including excavation protocols, coordination with various utility and railway stakeholders, and adherence to local codes. Safety regulations regarding overhead power lines and traffic management are emphasized throughout, indicating the importance of adhering to established industry standards. The document also includes necessary technical details, such as dimensions, notable geographic landmarks, and the project’s engineering specifications, ensuring that contractors are prepared for accurate and compliant execution. Overall, it reflects a stringent approach to urban flood management while ensuring integration with existing infrastructure and community considerations.
    The U.S. Army Corps of Engineers, New Orleans District, is seeking approval for non-competitive procurement for the Southeast Louisiana Urban Flood Control Project (SELA) 26.1a, Florida Avenue Utility Relocations. This justification is based on 10 U.S.C.2304(c)(1) and FAR 6.302-1, citing only one responsible source for specific brand-name materials. The required materials include Bridge Deck Membrane, Eliminator, or Wasser Polyflex 31 for waterproofing due to Norfolk Southern Railroad (NSRR) approval requirements, Permalock steel pipe casing for jack and bore operations to reduce track time with NSRR, and Kennedy, Wood Gate, and American RD Gate Valves, American Flex-Ring, US Pipe restrained joint fittings, and Carboline 777 and Madewell 1103 Coal Tar Epoxy coatings to meet Sewer and Water Board of New Orleans (SWBNO) future operation and maintenance requirements. These brand-name specifications are crucial to avoid project delays, increased costs, and ensure compatibility with existing infrastructure and maintenance protocols by NSRR and SWBNO.
    This Abstract of Offers (Solicitation Number W912P825B0048), issued by the US ARMY ENGINEER DISTRICT, New Orleans District on May 19, 2025, details bids for the SELA Urban Flood Control Project SELA 26.1A, specifically the Widening of Florida Avenue Canal Phase IV in Orleans Parish, LA. The project involves various construction tasks, including mobilization, railroad insurance, temporary retaining structures, traffic control, dewatering, selective demolition, geotechnical instrumentation, S&WB electrical work, clearing and grubbing, and the installation of prestressed concrete piles and steel pipe piles. Additionally, it covers fertilizing, seeding, mulching, and the installation of various diameter water and sewage force mains, including associated crossovers and a pipe support structure. Four offerors (B&K Construction Company, LLC; Boh Bros. Construction Co, LLC; M.R. Pittman Group, LLC; and Southern Contracting, LLC) submitted bids, each providing a bid security of $3,000,000.00 and acknowledging seven amendments to the solicitation. The document includes the government's estimated costs for each item, as well as the estimated prices and amounts from each of the four offerors, totaling $43,771,350.87 for Southern Contracting, LLC, $51,547,144.00 for M.R. Pittman Group, LLC, $52,029,300.00 for B&K Construction Company, LLC, and $65,258,310.00 for Boh Bros. Construction Co, LLC. The abstract was certified and signed by Nakiea B. Butler, Contract Specialist, and Michelle R. Dalmado, Contracting Officer, on September 18, 2025.
    The document is an amendment to the solicitation for the SELA Urban Flood Control Project, specifically the Widening of Florida Ave Canal Phase IV. It provides updated information regarding a scheduled site visit necessary for bidders to inspect the work location. The organized site visit is set for June 4, 2025, at 10 AM Local Time, at 2601 Florida Ave in New Orleans, LA. Full Personal Protective Equipment (PPE) is required for attendance. The amendment emphasizes the importance of inspecting the site and includes the contact details of the project representative for inquiries. This amendment revises the original solicitation terms but maintains the core contractual provisions in effect. It highlights procedural requirements for bidders to acknowledge the amendment before the specified deadline to ensure their offers are considered.
    The amendment to Solicitation W912P825B0048 for the SELA Urban Flood Control Project, specifically the Widening of Florida Ave Canal Phase IV, has been issued to inform potential bidders of two significant items. First, a Sources Sought notice (W912P825SS0011) has been released to facilitate further market research regarding Project Labor Agreements (PLAs), encouraging interested parties to respond accordingly. Secondly, it clarifies that this project operates under an Invitation for Bid format, confirming that it is not a Request for Proposal (Best Value). The amendment emphasizes that all existing solicitation terms remain effective unless expressly altered by this document. Contractors must acknowledge receipt of this amendment prior to submission to avoid rejection of their offers. This update is part of standard procurement practices, ensuring that bidders are informed of adjustments pertinent to the bidding process, thereby promoting transparency and compliance with federal contracting guidelines. The amendment is effective June 6, 2025, and is administered by the Contracting Division in New Orleans.
    The document is an amendment to the solicitation for the SELA Urban Flood Control Project, specifically for the Widening of Florida Avenue Canal Phase IV. It announces a second site visit scheduled for July 31, 2025, at 10 AM local time, located at 2601 Florida Avenue, New Orleans, LA. This amendment is significant as it allows potential contractors to inspect Government Furnished Property, facilitating better understanding and planning for the bid proposal. The contracting officer confirms that the original terms of the solicitation remain unchanged, but all offerors must acknowledge this amendment for their proposals to be valid. The document is part of ongoing communication efforts to ensure transparency and adherence to procedural requirements in accordance with federal guidelines. An additional amendment is anticipated in the near future to address further aspects of the solicitation process.
    The document is an amendment to a solicitation for the SELA Urban Flood Control Project, specifically addressing the widening of the Florida Avenue Canal within New Orleans. It outlines updates to contract provisions, including revisions to specifications, clarifications on responsibilities regarding government-furnished property, and answers to contractor inquiries regarding project requirements. Significant changes include an update to wage determinations under the Davis-Bacon Act, with specific rates listed for various labor classifications required for the project. The amendment also emphasizes the necessity for contractors to acknowledge receipt of the amendment to avoid rejection of their offers. Overall, this document serves as a comprehensive modification to facilitate a clearer understanding of the project's expectations, regulatory adherence, and contractor obligations, ensuring that all involved parties are adequately informed about their roles and the changes to the project specifications.
    The document is an amendment to the solicitation for the SELA Urban Flood Control Project, specifically for the Widening of Florida Ave Canal Phase IV, indicating a postponement of the bid opening date. All other terms and conditions of the solicitation remain unchanged. Contractors are instructed to acknowledge receipt of this amendment in their offers, either by completing specified items or via separate communication. The amendment is issued under contract ID W912P825B0048 and is managed by the contracting division of the Corps of Engineers in New Orleans. The effective date of this amendment is July 14, 2025, with specific instructions for the offerors regarding acknowledgment processes to ensure compliance with the revised timelines. This change is formally documented and signed by the relevant contracting officer.
    The document outlines the Justification & Approval for a construction contract related to the Southeast Louisiana Urban Flood Control Project (SELA), specifically focusing on the Florida Avenue Utility Relocations. The U.S. Army Corps of Engineers New Orleans District requests to implement brand-name materials for various construction components, including waterproofing systems, steel pipe casings, and waterline valves, aimed at adhering to Railroad and Sewer and Water Board of New Orleans' operational and maintenance standards. The use of specified materials is justified due to their unique compatibility and performance requirements—alternatives have been deemed unfeasible, potentially incurring delays and additional costs. The request emphasizes the importance of competition during procurement, while highlighting the limitations caused by adhering to strict guidelines from external partners such as the Norfolk Southern Railroad (NSRR). This document underscores the necessity for a singular source to meet project demands efficiently while adhering to federal regulations.
    Similar Opportunities
    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.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the New Orleans Harbor and Various Bar Channels Cutterhead Dredge project, designated as Nos. 3-2025. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent waterways. This dredging project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. The solicitation is expected to be issued around April 15, 2025, and interested vendors are encouraged to register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Bambi Raja at 504-862-1499 or Cori A. Caimi at 504-862-1352.
    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.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the rental of a fully crewed hydraulic pipeline cutterhead dredge for operations along the Mississippi River, New Orleans Harbor, and various bar channels in Louisiana. The project aims to enhance navigability and maintain essential waterways, with a construction magnitude estimated between $10 million and $25 million. Bidders are required to submit comprehensive proposals that include pricing for mobilization and dredging hours, while adhering to safety regulations and performance specifications. Interested contractors should contact Bambi Raja at Bambi.L.Raja@usace.army.mil or Cori A. Caimi at Cori.A.Caimi@usace.army.mil for further details, and must ensure registration with the System for Award Management (SAM) prior to bid submission, with the solicitation set for March 13, 2025.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    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 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, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
    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, New Orleans Harbor Cutterhead Dredge project. This procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge for operations within the New Orleans Harbor Reach of the Mississippi River and adjacent waterways, with a construction magnitude estimated between $5 million and $10 million. The project is critical for maintaining navigational channels and ensuring environmental compliance, reflecting standard federal contracting procedures in infrastructure and environmental work. Interested vendors must register with the System for Award Management (SAM) and submit bids that comply with specified requirements, with contact points for inquiries being Cori A. Caimi at 504-862-1352 and Bambi Raja at 504-862-1499.
    Passes of the Mississippi River, South Pass, Maintenance Dredging ( Non-Continuous), Plaquemines Parish, LA ED-25-004
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the maintenance dredging of South Pass in Plaquemines Parish, Louisiana, under solicitation W912P825B0047. This project involves the non-continuous dredging of shoal material to a depth of -23.5 feet MLLW over a 300-foot bottom width, with the dredged material to be disposed of at designated sites. The contract, estimated to be valued between $25 million and $100 million, is crucial for maintaining navigational channels in the Mississippi River system, ensuring safe passage for maritime traffic. Bids are due by September 16, 2025, at 10:00 AM CST, with a virtual bid opening at 11:00 AM CST, and questions must be submitted by September 3, 2025, at 2:00 PM CST. Interested contractors must be registered in the System for Award Management (SAM) and adhere to specified safety and cybersecurity requirements.
    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.