Levee Repairs at Saline County Levee District #2, Ray-Carroll Bottoms Consolidated Levee District of Carroll County, and Howard County Levee District #4
SOL #: PANNWD25P0000026768Pre-Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W071 ENDIST KANSAS CITY
KANSAS CITY, MO, 64106-2896, United States
Place of Performance
Place of performance not available
NAICS
Other Heavy and Civil Engineering Construction (237990)
PSC
Construction Of Unimproved Real Property (Land) (Y1PC)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Nov 26, 2025
2
Last Updated
Feb 5, 2026
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers, Kansas City District, anticipates issuing an Invitation for Bid (IFB) for levee repair construction services at Saline County Levee District #2, Ray-Carroll Bottoms Consolidated Levee District of Carroll County, and Howard County Levee District #4. This will be a 100% Small Business Set-Aside competitive acquisition, with an estimated magnitude between $250,000 and $500,000. The solicitation is expected within the next 60 days.
Scope of Work
The project involves furnishing all equipment, labor, and materials for comprehensive levee repairs. Key tasks include:
- Earthwork operations, including bringing in fill and borrow material from pre-determined sites.
- Haul road development and clearing of debris as necessary.
- Erosion repair and rutting repair.
- Levee surfacing and various stone surfacing/placement.
- Installation of stone armored protection.
- Installation and rehabilitation of drainage structures and associated apertures.
- Establishment of turf for repairs of compromised landside, riverside, and crown levee sections.
Contract & Timeline
- Contract Type: Firm-Fixed Price (FFP)
- Set-Aside: 100% Small Business Set-Aside
- Estimated Magnitude: Between $250,000 and $500,000
- Performance Period: Approximately 365 calendar days from Notice to Proceed (NTP).
- Solicitation Release: Anticipated within the next 60 days.
- Site Visit: Planned; details will be provided within the solicitation.
- Pre-Solicitation Conference: Not currently scheduled; any changes will be announced via amendment.
Submission Requirements
- Solicitation Type: Invitation for Bid (IFB).
- Bonds: A bid bond (20% of proposed price or $3,000,000, whichever is less) is required with the proposal. Performance and Payment Bonds (100% of awarded contract) are required before NTP.
- Registration: Vendors must be actively registered in SAM.gov and the Procurement Integrated Enterprise Environment (PIEE).
- Submission Method: Electronic bid submission is required through PIEE (https://wawf.eb.mil). Detailed instructions for PIEE registration and Proposal Manager role setup are provided in the original notice.
- Monitoring: Offerors are responsible for regularly checking SAM.gov and PIEE for updates and amendments.
Contact Information
- Primary: Nathaniel Leyba (nathaniel.j.leyba@usace.army.mil, 816-389-2281)
- Secondary: Laura Hedrick (laura.l.hedrick@usace.army.mil, 816-389-3023)
People
Points of Contact
Nathaniel LeybaPRIMARY
Laura HedrickSECONDARY