JELA 311263 - Canal Backfill Restoration

SOL #: 140P2026R0036Solicitation

Overview

Buyer

Interior
National Park Service
DSC CONTRACTING SERVICES DIVISION
Denver, CO, 80225, United States

Place of Performance

New Orleans, LA

NAICS

Site Preparation Contractors (238910)

PSC

Maintenance Of Canals (Z1KB)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 19, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
May 7, 2026, 8:00 PM

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 National Park Service (NPS) - DSC Contracting Services Division has issued a Solicitation (RFP No. 140P2026R0036) for Canal Backfill Restoration (JELA 311263) at the Jean Lafitte National Historical Park and Preserve in New Orleans, LA. This Small Business Set-Aside opportunity is for a Firm-Fixed-Price contract with an estimated magnitude of $1 Million to $5 Million. The primary goal is to restore natural hydrology and wetland functions through canal backfilling and spoil bank degradation. Proposals are due by May 7, 2026.

Scope of Work

This project involves comprehensive canal restoration within the Barataria unit of Jean Lafitte National Historical Park and Preserve. Key requirements include:

  • Backfilling approximately 9,500 linear feet of spoil banks and canals.
  • Dredging and degrading spoil banks using marsh buggies, barge-mounted excavators, or similar equipment.
  • Placement of spoil bank material into canals, or chipping in place for navigable canals.
  • Gapping of spoil banks to restore hydrological connections with surrounding wetlands.
  • Potential removal of vegetation from spoil banks, with vegetation either placed in canals or chipped.
  • Revegetation of reclaimed areas adjacent to forested wetlands with native woody species, including tree planting as per Section 32 93 43.
  • Implementation of erosion and sediment control measures, such as temporary floating turbidity curtains.
  • Compliance with environmental regulations, waste management, and storm water pollution prevention. Detailed engineering drawings (B08_Attach_2) and specifications (B08_Attach_1) provide the technical basis, including access plans, construction sequences, and specific backfilling techniques. An Area of Potential Effects (APE) map (B08_Attach_3) visually defines the project scope.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP), Stand-Alone Contract.
  • Period of Performance: 10 calendar days to begin performance after Notice to Proceed (NTP), with 90 calendar days to complete the work.
  • Magnitude of Construction: Estimated between $1 Million and $5 Million.
  • Bonding: Bid, Performance, and Payment Bonds will be required.
  • NAICS Code: 238910 – Site Preparation Contractors (Size Standard: $19 Million).
  • Product Service Code (PSC): Z1KB – Maintenance Of Canals.
  • Liquidated Damages: $3,734.00 per calendar day for delays.
  • Wage Determination: Offerors must comply with General Decision Number LA20260007, effective January 2, 2026, for prevailing wage rates for heavy dredging in Louisiana (B08_Attach_4).

Submission & Evaluation

  • Proposals Due: May 7, 2026, at the time specified in Item 8 of the solicitation.
  • Submission Method: Proposals and questions must be submitted via email.
  • Evaluation: Award will be based on a Best Value Tradeoff Process, considering Technical Approach, Project Experience, Key Personnel Experience, Past Performance, and Price. Non-price factors are significantly more important than price.
  • Required Forms: Offerors must complete and submit specific forms, including a Project Experience Questionnaire (B08_Attach_5), Past Performance Questionnaire (B08_Attach_6), General References (B08_Attach_7), and acknowledge Limitations on Subcontracting (B08_Attach_8).
  • Site Visit: Not officially scheduled, but the canal area is public and accessible.

Eligibility & Requirements

This is a Small Business Set-Aside. Offerors must have an active registration in the Systems for Awards Management (SAM) and a Unique Entity Identifier (UEI) number.

Contact Information

For inquiries, contact Shellie Murphy at shellie_murphy@nps.gov or 720-610-2690.

People

Points of Contact

Murphy, ShelliePRIMARY

Files

Files

Download

Versions

Version 5
Solicitation
Posted: Apr 30, 2026
View
Version 4
Solicitation
Posted: Apr 29, 2026
View
Version 3
Solicitation
Posted: Apr 24, 2026
View
Version 2Viewing
Solicitation
Posted: Apr 7, 2026
Version 1
Pre-Solicitation
Posted: Mar 19, 2026
View