Bayou Meto Canal 1000 Phase 3.2
ID: W912EQ25RA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST MEMPHISMEMPHIS, TN, 38103-1894, 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, specifically the Department of the Army, has announced the cancellation of the solicitation for the Bayou Meto Canal 1000 Phase 3.2 project, which was intended for the construction of an irrigation canal and associated structures in Lonoke County, Arkansas. This project was previously set aside for small businesses under the NAICS code 237990, with a small business size standard of $45 million, and included the construction of 14,665 linear feet of canal, multiple farm off-takes, siphon structures, and drainage work. The government plans to revise the requirements and will reissue the solicitation under a separate notice in the near future. For further inquiries, interested parties may contact Sequoria Chatmon at sequoria.l.chatmon@usace.army.mil or Judy Stallion at judy.e.stallion@usace.army.mil.

    Files
    Title
    Posted
    This government document pertains to an amendment of a solicitation related to the Bayou Meto Canal project. It outlines the procedures for acknowledging receipt of the amendment, including options for submitting acknowledgment through various communication methods. The document indicates that the amendment does not extend the deadline for offers. It also stipulates that any changes to an already submitted offer can be made via letter or electronic communication if received before the specified deadline. Importantly, Section 14 of the document informs that the solicitation number W912EQ25RA001 is canceled entirely, indicating that no further bids will be accepted for this project. The entire amendment modifies previous contract obligations while ensuring that all remaining terms and conditions remain unchanged unless specified otherwise. Key officials are identified for signing off on the document, ensuring acknowledgment from the contractor and contracting officer. This summary encapsulates the document's primary purpose, which is to inform stakeholders about solicitation amendments, modification procedures, and the cancellation of a specific solicitation related to contract opportunities within the federal framework.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Pre-Solicitation Notice: O and M Emergency Repair Sanders Left Embankment Seepage, Emmett Sanders Lock and Dam McClellan - Kerr Arkansas River Navigation System Jefferson County, Arkansas.
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking bids for the O and M Emergency Repair of the Sanders Left Embankment Seepage at the Emmett Sanders Lock and Dam, part of the McClellan-Kerr Arkansas River Navigation System in Jefferson County, Arkansas. This project, classified under NAICS Code 237990 for Other Heavy and Civil Engineering Construction, aims to address critical repair needs to ensure the structural integrity and operational functionality of the dam. The contract, which is a Total Small Business Set-Aside, is valued between $500,000 and $1 million, with a project duration of 212 calendar days following the Notice to Proceed. Interested bidders must submit their proposals by December 5, 2025, and can contact Shelby Henson at Shelby.m.henson@usace.army.mil or 501-340-1249 for further information.
    Levee Repairs at Saline County Levee District #2, Ray-Carroll Bottoms Consolidated Levee District of Carroll County, and Howard County Levee District #4
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is preparing to solicit bids for a construction contract focused on repairing levees in Saline County, Carroll County, and Howard County, Missouri. The project entails comprehensive construction services, including earthwork operations, erosion repair, levee surfacing, and the installation of drainage structures, all aimed at restoring the integrity of the levee systems. This initiative is crucial for maintaining flood protection and ensuring the safety of the surrounding communities. The contract will be a Firm-Fixed Price (FFP) agreement, with an estimated value between $250,000 and $500,000, and is set aside exclusively for small businesses. Interested contractors should prepare for a site visit and ensure they are registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit bids, which are anticipated to be due within 60 days of the solicitation release. For further inquiries, contact Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil or Laura Hedrick at laura.l.hedrick@usace.army.mil.
    Paducah Levees Reconstruction Phase 3
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Paducah Levees Reconstruction Phase 3 project, which is set aside exclusively for small businesses. This procurement involves the reconstruction of levees in Paducah, Kentucky, and is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction. The project is critical for flood risk management and infrastructure resilience in the region. Interested contractors can find more details by logging into the Procurement Integrated Enterprise Environment (PIEE) and searching for solicitation number W912QR52370251. For inquiries, potential bidders may contact Ethan Phillips at ethan.s.phillips@usace.army.mil or call 502-315-6545.
    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, 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.
    Lake Traverse Bil Gate Repairs and Modernization
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the Lake Traverse Bil Gate Repairs and Modernization project, which is set aside entirely for small business concerns. This procurement involves significant construction work categorized under NAICS Code 237990, with an estimated project value between $1,000,000 and $5,000,000, aimed at repairing and modernizing dam infrastructure. Bidders are required to submit their proposals electronically via the Solicitation Module of the PIEE suite, with detailed instructions and vendor registration information available online. Interested parties should contact Theodore Hecht at the provided email or phone number for further inquiries, and note that amendments to the solicitation have been made, including updates to specifications and bid deadlines.
    Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 3-2024, St. Mary Parish, Louisiana. Specification No. OM24061
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking Other Heavy and Civil Engineering Construction services for the Atchafalaya River Bay, Bar, and Crewboat Cut Cutterhead Dredge No. 3-2024 in St. Mary Parish, Louisiana. The service involves the removal and disposal of shoal material in the Atchafalaya River Bay, Bar, and Crewboat Cut Channel. The estimated construction cost is between $10,000,000 and $25,000,000. The solicitation will be issued as an Invitation for Bid (IFB) and the resulting contract will be firm fixed price (FFP). Interested contractors must register on the System for Award Management (SAM) website to download the solicitation. The primary contact for this solicitation is Hillary Morgan (hillary.a.morgan@usace.army.mil, 5048621231).
    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.
    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.
    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.