New Orleans To Venice, Non-Federal Levee, Mitigation Project, Fritchie Marsh, St. Tammany Parish, LA (ED 20-030)
ID: W912P824B0050Type: 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 DREDGING FACILITIES (Y1KF)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the New Orleans to Venice Non-Federal Levee Mitigation Project located in St. Tammany Parish, Louisiana. This project involves wetland restoration through borrow dredging from Lake Pontchartrain, requiring the construction of retention dikes and related incidental work, with an estimated construction value between $10 million and $25 million. The initiative is crucial for enhancing flood resilience and environmental sustainability in the region. Interested contractors must submit their bids by September 17, 2024, and can contact Lauren A. Gandolfi at lauren.a.gandolfi@usace.army.mil or Christopher Nuccio at CHRISTOPHER.NUCCIO@USACE.ARMY.MIL for further information.

    Files
    Title
    Posted
    The U.S. Army Corps of Engineers, New Orleans District, has issued an Invitation for Bid (IFB) under solicitation number W912P824B0050 for the New Orleans to Venice Non-Federal Levee Mitigation Project at Fritchie Marsh in St. Tammany Parish, LA. This project entails wetland restoration through borrow dredging from Lake Pontchartrain, requiring the construction of retention dikes and related incidental work. The estimated construction value is between $25 million and $100 million, with pre-bid inquiries due by August 23, 2024, and final bids due September 10, 2024. Both electronic and physical submission methods for the bids are permissible, with precautionary warnings regarding potential delays due to site conditions. Specific requirements include compliance with the Equal Opportunity clause, affirmative action program, and completion of all certifications through the System for Award Management (SAM). The document outlines rigorous construction and safety requirements, detailed bidding schedules, and potential options for additional work, while emphasizing the importance of timely and accurate submissions to maintain bid responsiveness.
    The document pertains to the amendment of solicitation ED 20-030 for the New Orleans to Venice Non-Federal Levee Mitigation Project located in St. Tammany Parish, Louisiana. The primary purpose of this amendment is to update the project's estimated work magnitude to a financial range between $10,000,000 and $25,000,000. While the bid submission and opening dates remain unchanged, other terms and conditions are reiterated as still valid. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered. They can confirm receipt through specified methods, including returning copies or acknowledging in their submission. The amendment also outlines that no changes occur in the bid schedule and reaffirms ongoing compliance with federal regulations. This amendment signals a critical step in the procurement process for this significant levee mitigation project, which aims to enhance infrastructure resilience in response to environmental challenges. Maintaining clear communication and adherence to protocols during these procedural changes is crucial for the project's execution and stakeholder engagement.
    The document ED 20-030 is an amendment to a solicitation related to the Non-Federal Levee Mitigation Project in St. Tammany Parish, Louisiana, specifically for the Fritchie Marsh area. The amendment serves to correct the project’s duration, stating that the total period for completion is 350 days—made up of 255 days for Base Work and 95 days for Optional Work. Importantly, the announcement clarifies that the bid submission and opening dates remain unchanged. The solicitation amendment requires acknowledgment from bidders, emphasizing the necessity for timely receipt of such acknowledgments to avoid rejection of submitted offers. This document reflects the structured processes involved in federal procurement, ensuring clarity and adherence to established timelines in government contracts.
    This document is an amendment to the solicitation W912P824B0050, extending the bid opening date to Tuesday, September 17, 2024, at 11:00 AM local time. It outlines the procedures for submitting bids electronically via email or through physical mail, emphasizing the importance of acknowledging receipt of the amendment to avoid rejection of offers. Bidders are instructed to choose only one submission method and must ensure that their bids do not exceed email size limits of 35MB. The document provides additional guidance for stakeholders on ensuring timely bid submissions, including notification procedures for hand-delivered bids. The bid opening will accommodate teleconference participation, with details provided for joining via phone and a web link. Following the bid opening, bid abstracts will be available for public inspection through SAM.GOV. This amendment reflects ongoing communication and logistical adjustments necessary for efficient procurement operations within the federal contracting framework.
    The document is an amendment to federal procurement solicitation ED 20-030, specifically concerning the contract identified as W912P824B0050. It incorporates updated wage determinations aligned with the Davis-Bacon Act, as mandated by FAR Part 22.404-2(a). The amendment clarifies that the bid opening date of September 17, 2024, remains unchanged, and outlines submission methods: electronic via email or physical delivery, emphasizing that bidders should choose one method only. Bid procedures include sending submissions to specified email addresses with clear identification and allowing sufficient time for transmission due to potential delays. Important instructions about accessing the bid opening via audio teleconference and the public availability of bid abstracts post-opening are also noted. The overall aim is to ensure compliance with federal regulations while providing clear guidelines for contractors participating in the bidding process.
    The document ED 20-030 outlines amendments related to the solicitation W912P824B0050 for the Fritchie Marsh Mitigation Project, issued by the US Army Corps of Engineers. It amends responses to contractor questions and updates bid submission instructions, specifying that bids can be submitted electronically via email or through physical delivery, while maintaining the bid opening schedule for September 10, 2024. Key clarifications include contractor responsibilities for operations, non-compensation for standby time, and procedural notifications concerning optional work contracts. Additionally, it provides insight into required materials and specifications for dredging operations, safety regulations, and payment calculations relevant to borrow areas. The document emphasizes the importance of proper bid acknowledgment and submission procedures to avoid rejection. It serves to enhance understanding of contractual responsibilities under federal solicitation processes, ensuring regulatory compliance and operational clarity for bidding entities.
    The document pertains to a multi-faceted solicitation for construction services related to the New Orleans to Venice Non-Federal Levee Mitigation Project in St. Tammany Parish, LA. Issued by the US Army Engineer District, the file details an abstract of offers received for various construction tasks including mobilization, aerial photography, bird nesting prevention, dredging, dike construction, and maintenance activities. The offers comprise a total base work cost of approximately $19.99 million, with options leading to a total potential project cost of around $49.03 million. Specific tasks include extensive dredging quantities and measures for wildlife protection. Bids have various estimated costs and quantities for items such as dike degrading and canal excavation, suggesting significant variations in contractor pricing and methodologies. The document notes amendments acknowledged, required bid security, and provides a framework for evaluating bids based on predetermined costs. The solicitation’s structure underscores the comprehensive planning and regulatory compliance necessary for executing such large-scale environmental control projects. This RFP is a crucial step towards improving flood resilience through sustainable construction practices.
    Similar Opportunities
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 3-2024 {OM24003)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking a contractor for the construction of dredging facilities in New Orleans, LA, USA. The project involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated cost for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will be issued on or about 19 February 2024, and the bid opening date will be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 10-2024 (OM24010)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the construction of dredging facilities in New Orleans, LA, USA. The work involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The project will take place in Mississippi River Southwest Pass and potentially in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated cost for this dredge project is between $10,000,000.00 and $25,000,000.00. The solicitation will be issued on or about 23 February 2024, and the bid opening date will be determined later. Interested vendors can access the solicitation documents on Sam.gov. Registration as an Interested Vendor on beta.SAM.gov is encouraged for marketing purposes. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area, Project #24-2, Plaquemines Parish, LA (ED 24-009)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking Other Heavy and Civil Engineering Construction services for the Mississippi River, Baton Rouge to the Gulf, Head of Passes, Hopper Dredge Disposal Area project in Plaquemines Parish, Louisiana. The work involves the removal and disposal of material within the Hopper Dredge Disposal Area (HDDA) Borrow Site and restoration areas. The estimated construction range for this dredge project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about July 11, 2024, with a bid opening date to be determined later. Interested vendors can access the solicitation documents on Sam.gov and are encouraged to register as an Interested Vendor on beta.SAM.gov. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico New Orleans Harbor Cutterhead Dredge Contract No. 2-2023 (OM23136)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for the Mississippi River, Baton Rouge to the Gulf of Mexico, Saltwater Barrier Sill. The contractor's plant will be used in connection with the construction of a saltwater barrier sill located on the Mississippi River. The work involves placing hydraulically dredged material from a borrow area on the river bottom. The estimated completion time is 64 calendar days. The estimated value of the work is between $5,000,000.00 and $10,000,000.00. The solicitation documents will be posted on SAM.gov. Interested vendors are encouraged to register on SAM.gov. Bidders must be registered with SAM to receive a government contract award. Contact Jason Crockett at jason.d.crockett@usace.army.mil for more information.
    Atchafalaya River and Bayous Chene, Boeuf and Black, Atchafalaya Bay/Bar and Crewboat Cut, Maintenance Dredging #23-1 (Non-Continuous), St. Mary Parish, Louisiana. ED-22-003
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for maintenance dredging in St. Mary Parish, Louisiana. The work involves the removal and disposal of material excavated from the Atchafalaya River Bay/Bar and Crewboat Cut. The estimated value of the project is between $10,000,000 and $25,000,000. Interested vendors are encouraged to register on SAM.gov. Offerors must be registered with the System for Award Management (SAM) to be eligible for a government contract award. Contact Karen Hargrave at 504-862-1561 or Charles Zammit at 504-862-1164 for more information.
    Mississippi River, New Orleans Harbor Cutterhead or Water Injection Dredge No. 7-2023
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE, DEPT OF THE ARMY is seeking construction services for the Mississippi River, New Orleans Harbor or Water Injection Dredge No. 7-2023 in Abbeville, LA. The project involves furnishing one fully crewed and equipped hydraulic pipeline cutterhead or water injection dredge. This dredge project is estimated to cost between $5,000,000.00 and $10,000,000.00. The solicitation will be issued on or about February 13, 2023, and a bid opening date will be established in a future amendment. This is an UNRESTRICTED procurement. Interested vendors can access the solicitation documents on Beta SAM (www.beta.sam.gov). Registration as an Interested Vendor in Beta SAM is encouraged for marketing purposes. Offerors must be registered with the System for Award Management (SAM) to be eligible for a Government contract award. For more information, contact Melissa A. Vaughn at 504-862-2762 or melissa.a.vaughn@mvn02.usace.army.mil.
    Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 8-2024 (OM24008)
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for dredging facilities in New Orleans, LA, USA. The project involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $10,000,000.00 and $25,000,000.00. The solicitation will be issued on or about 23 February 2024, and interested vendors are encouraged to register on beta.SAM.gov. Offerers must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Atchafalaya River and Bayous Chene, Boeuf and Black, Atchafalaya Bay/Bar and Crewboat Cut, Maintenance Dredging #23-2 (Non-Continuous), St. Mary Parish, Louisiana. ED-22-004
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking construction services for maintenance dredging in St. Mary Parish, Louisiana. The work involves the removal and disposal of material excavated from the Atchafalaya River Bay/Bar and Crewboat Cut. The estimated value of the project is between $10,000,000 and $25,000,000. Interested vendors are encouraged to register on SAM.gov.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge Rental No. 5-2023
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a cutterhead dredge rental for the Mississippi River, New Orleans Harbor, and various bar channels. This service is typically used for construction of dredging facilities. The work will be performed in Abbeville, LA, USA. The project has a construction range between $5,000,000.00 and $10,000,000.00. The solicitation will be issued on or about 13 February 2023. This is an UNRESTRICTED procurement. The solicitation documents will be posted on Beta SAM (www.beta.sam.gov). Interested vendors are encouraged to register on Beta SAM. Offerors must be registered with the System for Award Management (SAM) to receive a Government contract award. For more information, contact Melissa A. Vaughn at melissa.a.vaughn@mvn02.usace.army.mil or 5048622762.
    Houma Navigation Canal, Terrebonne Bay and Cat Island Pass, LA, Maintenance Dredging #24-2, Terrebonne Parish, Louisiana. ED 23-032
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking construction services for maintenance dredging in Terrebonne Parish, Louisiana. The work involves removing and disposing of shoal material from the Houma Navigation Canal channel. The estimated value of the project is between $10,000,000 and $25,000,000. The solicitation will be issued on or about February 8, 2024. Interested vendors are encouraged to register on SAM.gov. Offerors must be registered with the System for Award Management (SAM) to be eligible for a government contract award. For more information, contact Taylor Brandon at 504-862-1009 or email Taylor.H.Brandon@usace.army.mil. The Contracting Officer is Hillary Morgan at 504-862-1231 or email Hillary.A.Morgan@usace.army.mil.