West Shore Lake Pontchartrain WSLP 114
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 - New Orleans District is soliciting bids for the West Shore Lake Pontchartrain (WSLP-114) Hurricane and Storm Damage Risk Reduction Project in La Place, LA. This unrestricted, firm fixed-price Invitation for Bid (IFB) covers the construction of Reserve Relief & I-55 Pump Stations and Drainage Structures. The Rough Order of Magnitude (ROM) for this project is between $250M - $500M. Bids are due February 6, 2026, at 9:30 AM CST.
Scope of Work
The project involves extensive civil and structural construction, including:
- Clearing and grubbing
- Pump station and associated construction
- Drainage structure and floodwall construction (including braced and adjacent to elevated highways)
- Stop log, wingwall, and piling (steel sheet, H-piling, pipe, precast/prestressed concrete) installation
- Geotextile, geogrid, and grouted riprap placement
- Installation of metal ladders, stairs, catwalks, railings, vertical wick drains, and horizontal strip drains
- Stone and bedding construction
- Slide gates, hoist, precast concrete bridge, steel vehicular swing type flood gate, navigation gate, and draw bridge
- Excavation, embankment placement, miscellaneous metal work, painting, turf establishment, fencing, surfacing, structural excavation/backfill
- Electrical work, plumbing, and cybersecurity for control systems
- Construction of temporary retaining structures and dewatering, plus other related incidental work.
Contract & Timeline
- Type: Invitation for Bid (IFB), Firm Fixed Price (FAR Part 14, Sealed Bidding)
- NAICS: 237990 (Construction Of Other Non Building Facilities)
- Set-Aside: Unrestricted
- Rough Order of Magnitude (ROM): $250M - $500M
- Bid Due Date: February 6, 2026, 9:30 AM CST
- Bid Opening Date: February 6, 2026, 10:30 AM CST (Virtual via Microsoft Teams)
- Final Questions Due: January 20, 2026, 9:00 AM CST
Key Amendments & Updates
This solicitation has undergone multiple amendments. Amendment 0010 (January 6, 2026) is the most recent and critical update. It re-established the bid due and opening dates, removed the Project Labor Agreement (PLA) requirement, deleted specific clauses (52.222-33 Alt 1 and 52.222-34), provided updates to specifications and drawings, and revised the bidding schedule. It also added a new paragraph detailing the order of work for the Reserve Pump Station Site and I-55 Pump Station Site, and updated several drawings.
Technical Documentation
Detailed technical documents are available, including:
- Electrical Schematics and Standard Details: Comprehensive symbols, diagrams, notes, and standard details for electrical installations.
- Engineering Drawings and Plans: Site plans, geotechnical exploration data (boring logs, CPT results), common symbols, location maps, and hydrographic data.
- Mechanical and Plumbing Systems: General notes, symbols, abbreviations, piping material schedules, pipe support details, and test requirements.
Contact Information
- Primary: Amy C. Feemster (amy.c.feemster@usace.army.mil, 504-862-2002)
- Secondary: Michelle Dalmado (michelle.dalmado@usace.army.mil, 504-862-2082)