Skip to main content

An official website of the United States government

You have 2 new alerts

Houma Navigation Canal, Terrebonne Bay and Cat Island Pass, LA, Maintenance Dredging #24-1, Terrebonne Parish, Louisiana. ED 23-031

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Aug 19, 2024 01:37 pm CDT
  • Original Published Date: Apr 11, 2024 02:39 pm CDT
  • Updated Date Offers Due: Sep 04, 2024 10:00 am CDT
  • Original Date Offers Due: Apr 11, 2026 10:00 am CDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Oct 04, 2024
  • Original Inactive Date: Apr 26, 2026
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1KF - CONSTRUCTION OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    LA
    USA

Description

The work consists of satisfactory removal and disposal of shoal material from within the Houma Navigation Canal channel limits as shown on the contract drawings, with disposal of dredged material into single point discharge locations delineated adjacent to the channel.  No dike work is included with this project. The estimated value of this work is between $10,000,000 and $25,000,000. A bid opening date will be established in a future amendment.  This is an UNRESTRICTED procurement.  NAICS Code:  237990.  The solicitation documents for this procurement will be posted on SAM (www.sam.gov).  You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District.  You are encouraged, for marketing purposes, to register as an Interested Vendor in SAM (www.sam.gov).  This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information.  Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administrations Subnet, at http://web.sba.gov/subnet.  Offerors must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialist for this solicitation is Francesca deBoer at 504-862-1604 (email Francesca.E.deBoer@usace.army.mil). The Contracting Officer for this solicitation is Karen Hargrave (email Karen.D.Hargrave@usace.army.mil).

All potential and interested vendors must be actively registered in SAM under NAICS code 237990. The solicitation documents for this procurement will be posted on www.sam.gov. You will need the adobe acrobat reader for .pdf files (www.adobe.com) to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in www.sam.gov. This can be done by clicking on the solicitation title and clicking on the button that says, "Register as an Interested Vendor" and entering your business information. For information about SAM registration and annual confirmation requirements, go to www.sam.gov or call {866) 606-8220. 

The solicitation and all information pertaining to this acquisition will be made available electronically through the System for Award Management (SAM) electronic posting system web link at https://www.sam.gov. The Government will not provide written paper copies of the solicitation. Telephone, written, facsimile, or e-mail requests for the solicitation package will not be honored. Potential contractors are responsible for monitoring this site for the release of the solicitation package and any updates to the solicitation. 

Qualifications and offers will not be accepted if submitted by mail or hand carried and will not be evaluated. Qualifications or offers sent through proprietary or third-party File Transfer Protocol accepted. The Offeror is responsible to confirm the Offer has been received. All offers received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition. 


THE GOVERNMENT WILL ACCEPT NO OTHER TRANSMISSION METHOD (E-MAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.). 


The wages and benefits of service employees (see FAR subpart 22.10) performing work under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Labor Standards, as determined relative to the employee's office location (not the location of work). 

Any communications must identify the solicitation number, company name, address, phone number including area code, and point of contact with a valid email address. The Contract Specialist for this solicitation is Francesca deBoer at 504-862-1604 or email Francesca.E.deBoer@usace.army.mil.
 

____________________________________________

AM0001 

19 AUGUST 2024

The subject solicitation for Houma Navigation Canal Terrebonne Bay and Cat Island Pass Maintenance D'edging #24-1 is hereby amended as follows: 

1.    Changes to the Solicitation as detailed in the following pages.
2.    RFI cutoff for AM001 is COB 26 AUG 2024.
3.    Bid Subrrissions due Wednesday, 4 September 2024 at 10:00AM local time, Bid Opening is set for 4 September 2024 at 12:00PM, local time.
4.    Provide Virtual Bid Opening Instructions.
All other terms and conditions remain unchanged.

Physical Submission of Bids: 

Bidders may submit their bids by hand carrying or express mail to the New Orleans District Contracting Office in Room 172. Bidders are advised to allow adequate time to ensure timely submission of its bid. Traffic onto the New Orleans District campus may be delayed by trains blocking the entrance or security either at the gate and/or inside of the building. Express delivery may be utilized but it is incumbent upon the bidder to ensure bid delivery time and date is before the receipt of bid cutoff time. See FAR 14.304(b)(1)(ii) and (c).


Bid Opening:
The Bid Opening is currently scheduled for Wednesday, 4 September 2024, at 10:00AM, local time, CST. The Contracting Officer and Contract Specialist will begin downloading bids at 10:30 AM CST, which is the bid submission receipt cutoff time. All bids received after 10:00AM, local time, CST on Wednesday, 4 September, 2024, will be late. 


Audio Teleconference Bid Opening Information:
Bid Opening will be held on Wednesday, 4 September 2024 at 12:00 PM local time. Please use the following call in information:

Dial in Phone #:  +1 503-207-9433
Phone conference ID: 855 437 538# 
__________________________________________________
Following the conclusion of the bid opening, in accordance with FAR 14.403(b), abstracts of offers for unclassified acquisitions shall be available for public inspection via SAM.GOV.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 7400 LEAKE AVE
  • NEW ORLEANS , LA 70118-3651
  • USA

Primary Point of Contact

Secondary Point of Contact

History