Lock & Dam 7 Outdraft Modification
ID: W912ES25BA001Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST ST PAULSAINT PAUL, MN, 55101-1323, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers' St. Paul District, is soliciting bids for the Lock & Dam 7 Outdraft Modification project located in La Crescent, Minnesota. The project entails modifying the existing weir and constructing a new rock weir structure to enhance water flow management, with a contract value estimated between $5 million and $10 million, specifically set aside for small businesses. This initiative is part of broader efforts to maintain and improve critical waterway infrastructure, ensuring operational efficiency and compliance with federal standards. Interested contractors must submit their bids by June 4, 2025, and can direct inquiries to primary contact Justin H. Rose at justin.h.rose@usace.army.mil or secondary contact Sharon Frank-Scheierl at sharon.m.frank-scheierl@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to a federal solicitation, detailing the processes for acknowledging receipt of the amendment and modifying existing offers. It specifies that offers must be acknowledged by various methods to prevent rejection, emphasizing the importance of timely communication. The amendment introduces several updates, including the replacement of plan sheets and modifications to specific sections of specifications concerning loading dock access and personnel requirements. The purpose of these changes is to ensure accuracy in contract details and adherence to updated regulations. Furthermore, it requires signatures from both the contracting officer and the contractor, underscoring the formal nature of the document within the federal contracting process. The overall aim is to maintain compliance and inform relevant parties about critical updates affecting contractual obligations and project execution.
    The document outlines a project concerning the Lock & Dam 7 Outdraft Modification on the Mississippi River near La Crescent, MN. It is part of federal efforts spearheaded by the U.S. Army Corps of Engineers, specifically the St. Paul District. The project involves extensive geotechnical investigations, as indicated by the provided boring logs which detail various soil and water conditions at specific depths. Field activities include sampling and stabilization techniques during the boring process, utilizing a floating plant and maintaining rigorous standards for data collection. The logs note the characteristics of different soil layers, ranging from poorly graded sand to silty clay, emphasizing the need for precise measurements and environmental safety procedures. The document serves as a critical reference for engineers and contractors preparing to bid on this federal project, providing necessary geological and hydrological data to inform design and construction decisions. The broader aim of such projects is to improve infrastructure resilience and maintain navigable waterways, aligning with federal initiatives for environmental management and infrastructure enhancement.
    The document pertains to the Lock & Dam 7 Outdraft Modification project on the Mississippi River in La Crescent, Minnesota, issued by the St. Paul District of the U.S. Army Corps of Engineers. It includes a detailed key plan and relevant specifications for construction activities scheduled for May 2025. The document outlines the technical requirements, such as vertical and horizontal control coordinates, and the elevation datum employed for the project. The contract number, solicitation number, and identifiers for the engineering drawings are provided, pointing to the planned modifications at the lock and dam infrastructure. These amendments, specifically noted as Amendment 0001, indicate revisions made to initial plans, with mandates for construction and environmental compliance to ensure the project's viability and sustainability. It aims to enhance operational efficiency and safety in managing water flow and navigation on the river. The overall intention is to support the maintenance and improvement of vital waterway structures as part of federal and state infrastructure initiatives.
    The Lock & Dam 7 Outdraft Modification project in La Crescent, Minnesota, is outlined in the federal construction contract W912ES25BA001. Scheduled for May 2025, the project involves significant modifications to the existing lock and associated structures on the Mississippi River. Key aspects include establishing staging areas, maintaining shared access roads for contractor activities, and ensuring uninterrupted navigation through the lock during construction. The document specifies coordinates for various work limits, required depths for dredging, and stipulations for the contractor regarding material stockpiling and equipment usage. It emphasizes the importance of maintaining existing drainage and access to facilities like the loading dock and helipad, while also outlining work restrictions in coordination with the contracting officer. Risks related to contractor operations impacting navigational flow are noted, underscoring the project's complexity and the need for careful planning to balance construction with ongoing commercial and recreational navigation activities. This summary provides an overview of the main objectives and operational requirements as part of the government's infrastructure investment and maintenance initiatives.
    This document outlines the operational procedures for the shared use of a loading dock and river access at LD7, providing guidelines for contractors and government staff involved in a miter gate replacement project. The loading dock is designated for use by both contractors and governmental entities, requiring all parties to maintain a clear access lane and to vacate the area within 24 hours upon notification. Key dates for anticipated government operations are specified (22, 24, 29, 31 July), but are subject to change. Contractors planning to use the loading dock for river access must submit a 30-day notice for approval from the Contracting Officer. The government will maintain a 100-foot-wide channel, 9 feet deep, to the loading dock. Proper coordination with the Contracting Officer is emphasized to facilitate shared usage. The purpose of this document is to streamline operations among various contractors while ensuring compliance with the government's logistical requirements.
    The document outlines the Quality Control (QC) organization requirements for construction contracts, emphasizing the roles and responsibilities of the Site Safety and Health Officer (SSHO) and the QC Manager. It stipulates that the SSHO must ensure safety and compliance with contract requirements, report directly to a senior independent official, and maintain a presence on-site to oversee project adherence. The SSHO may also act as the QC Manager but cannot simultaneously hold the Superintendent's position. The QC Manager, who must be an employee of the Prime Contractor, is tasked with implementing the QC program, including managing documentation and coordinating testing and inspections. Both the SSHO and QC Manager must meet specific qualifications and be subject to dismissal if their duties are not effectively performed, halting project work until suitable replacements are approved. The comprehensive QC organization structure aims to ensure that all project operations align with safety, quality standards, and contracting regulations, under the oversight of the Contracting Officer.
    The document concerns an amendment to a federal solicitation and outlines various requirements and procedures related to construction contracts, including bid submission, contract modifications, and compliance with wage determinations. Key updates include revised Wisconsin wage rates, updated plan sheets, and additional access to USACE hydrographic surveys. Contractors must acknowledge receipt of amendments prior to submission, and changes to already submitted offers can be made by corresponding communications. The amendment emphasizes compliance with the Davis-Bacon Act for certified payroll submissions, requiring contractors to use electronic systems for processing payrolls, ensuring data security and longevity. Furthermore, the document discusses the necessity for bidder qualifications, prompt payment procedures for invoices, safety regulations, insurance requirements, and the promotion of veteran employment in USACE contracts. The need for adherence to environmental and safety regulations is stressed, along with the provisions for construction-related navigational safety. Overall, this amendment to the solicitation serves to clarify regulatory compliance and administrative procedures for contractors engaged in construction projects under the jurisdiction of the U.S. Army Corps of Engineers, emphasizing efficiency and adherence to labor and safety standards in project execution.
    The document pertains to the Lock and Dam 7 Outdraft Modification project on the Mississippi River in La Crescent, Minnesota, led by the St. Paul District of the U.S. Army Corps of Engineers. It includes technical drawings and specifications related to designing modifications aimed at enhancing the existing infrastructure. The document outlines typical cross sections of the dam, detailing elevation datums, coordinate systems, and construction materials like RIPRAP for scour protection. Key aspects include the project’s scale, engineering requirements, and specific elevation variances to manage water flow. This modification project is part of a broader initiative to maintain and improve vital waterway structures, ensuring safety, operational efficiency, and compliance with federal guidelines. The emphasis on detailed planning and engineering reflects the standards expected in federal and state RFPs and grants.
    The document pertains to the Lock & Dam 7 Outdraft Modification project on the Mississippi River in La Crescent, Minnesota, under the jurisdiction of the U.S. Army Corps of Engineers. The file, issued in May 2025, includes cross-section diagrams detailing excavations, existing weirs, and notch modifications between specified stations. It serves as part of a broader effort to enhance river management and infrastructure integrity through planned excavation and scouring protection. Critical specifications include the coordinate and elevation datums for construction and a proposed scale for sections. This modification is indicative of the federal commitment to maintaining essential waterway structures and ensuring navigational safety while addressing environmental considerations within federal grant initiatives and local Requests for Proposals (RFPs).
    The document pertains to the Lock & Dam 7 Outdraft Modification project on the Mississippi River in La Crescent, Minnesota, under the jurisdiction of the U.S. Army Corps of Engineers' St. Paul District. It includes cross-sectional data at specific stations (D 9+28, D 9+42, and D 10+53.10) detailing existing and proposed grades, weirs, and excavation conditions necessary for the project. Amendments and references to coordinate systems and elevation datums are provided, indicating the technical and regulatory framework guiding the engineering work. The project aims to enhance structural integrity and navigability of the lock and dam system, contributing to the broader goals of improving waterway management and infrastructure resilience. This document exemplifies the technical specifications commonly outlined in federal RFPs, emphasizing operational improvement through precise engineering modifications.
    The document outlines the Lock & Dam 7 Outdraft Modification project on the Mississippi River in La Crescent, Minnesota, managed by the St. Paul District of the U.S. Army Corps of Engineers. Set to be executed by May 2025, it includes detailed civil and geotechnical engineering plans and a series of construction drawings that specify cross-sections, boring logs, and staging areas. The supplementary information details the various sheets and their contents, including maps, elevation datum, and control points, which are crucial for project execution. The contractor is advised to coordinate with the contracting officer regarding staging area usage and to maintain access to the lock throughout construction. The document emphasizes necessary precautions and design adjustments based on encountered conditions during the project, underscoring its compliance with regulatory requirements and efficiency in execution. Overall, the file serves as a comprehensive guide for contractors engaged in the modification efforts to ensure meticulous adherence to project specifications and safety standards.
    The Lock & Dam 7 Outdraft Modification project, managed by the U.S. Army Corps of Engineers, aims to implement modifications involving excavation and riprap under solicitation W912ES25BA001. The solicitation outlines bids due on June 4, 2025, encompassing performance bonds, excavated material, and riprap quantities and unit prices. Various bidders submitted offers, displaying considerable variance in pricing for materials and services. Key components include performance and payment bonds along with excavated materials around 1,400 cubic yards and riprap exceeding 25,000 tons, with bids reflecting a total range of approximately $3.1 million to over $6.2 million. The document details the submission of multiple contractors, reiterating the different bids presented for review and consideration. Overall, this solicitation emphasizes the federal government's ongoing efforts to enhance infrastructure through competitive contracting.
    The document outlines the wage determination for construction projects in Illinois and several neighboring states, specifically focusing on mechanical dredging and marine construction activities. It establishes minimum wage rates and classifications applicable to various roles involved in dredging operations such as firemen, deckhands, and equipment operators. The document highlights the necessity of compliance with the Davis-Bacon Act and details the relevant Executive Orders that mandate wage rates for federal contracts. All contractors involved in these projects must adhere to the specified wage rates, which vary by position and location. The document also addresses paid holidays and additional compensations for hazardous work. Lastly, it outlines a process for appealing wage determinations, facilitating stakeholder engagement with the Wage and Hour Division of the U.S. Department of Labor. Overall, this wage determination serves to ensure fair compensation for workers in the construction and marine sectors across the described regions.
    The document outlines the Lock & Dam 7 Outdraft Modification project, as specified in Solicitation No. W912ES25BA001, initiated by the U.S. Army Corps of Engineers in La Crescent, Minnesota. The primary aim of the project is to modify and notch the existing rock weir constructed between 2018 and 2020, with the intention of further enhancing waterflow management at Lock and Dam No. 7 on the Mississippi River. Key elements of the project include guidelines on general requirements, environmental protection, measurement and payment protocols, work restrictions, and detailed construction schedules. The contractor is mandated to submit various pre-construction and post-construction surveys, coordinate with local emergency services, and ensure no interference with ongoing government operations. Additionally, the contractor must adhere to standards for waste disposal, utility management, and protocol for working near potential eagle nesting sites to ensure compliance with environmental regulations. The document highlights a structured approach to scheduling and reporting, requiring comprehensive documentation of progress and financials in accordance with specific government standards. Overall, the project embodies a commitment to environmental stewardship and operational efficiency in federal construction efforts, ensuring both safety and compliance with legal standards throughout the modification process.
    The document addresses wage determinations for heavy and highway construction projects in Minnesota, governed by the Davis-Bacon Act and specific Executive Orders. It outlines the required minimum wage rates applicable from January 30, 2022, with adjustments for covered contracts. The wage determination lists various labor classifications, emphasizing prevailing wage rates for different roles, ranging from articulated haulers to electricians, highlighting both rates and fringe benefits. The file provides a structured overview of classification identifiers, rates derived from union negotiations, surveys, and state adoptions, along with a detailed appeals process for wage determination disputes. Additionally, it specifies that unlisted classifications can be added post-award through a formal conformance request. Overall, this document serves as a vital reference for contractors and government entities involved in federally funded construction services, ensuring compliance with wage laws and labor standards in Minnesota's specified counties.
    The document outlines a federal solicitation for the construction modification project titled "Lock & Dam 7 Outdraft Modification," issued by the U.S. Army Corps of Engineers, St. Paul District. The project aims to modify the existing weir and construct a new rock weir structure at Lock & Dam 7, with an estimated contract value between $5 million and $10 million, specifically set aside for small businesses. It mandates that the contractor provide performance and payment bonds and outlines submission requirements for bids, including deadlines and public opening details. The solicitation emphasizes compliance with various federal regulations, including active registration in the System for Award Management (SAM) and adherence to construction wage rate requirements. Key provisions detail bid preparation, submissions, withdrawal procedures, and protest responses. The document serves as a formal notice for interested parties to prepare their bids, ensuring transparency in the procurement process while adhering to government standards and regulations.
    This document serves as an amendment to a federal solicitation for a project related to Lock & Dam 7 Outdraft Modification. It updates specific details, including the submission deadline, changing it from 4 PM to 2 PM on June 4, 2025. Changes to the site visit date are also specified, shifting it to Wednesday, May 21, 2025, and providing logistical details for attendees. The amendment outlines modifications to contractor requirements, stipulating that potential bidders must submit inquiries through the ProjNet system. Additionally, the document details requirements for financial disclosures from low bidders, including balance sheets and certifications confirming financial capacity. The amendment emphasizes the importance of adhering to revised wage rates for construction in Minnesota and Wisconsin. Bid submissions, either by mail or hand delivery, should comply with outlined procedures to avoid rejection. The amendment aims to ensure all parties are well-informed and prepared for the solicitation and bidding process, highlighting the government's commitment to transparency and regulatory compliance in federal contracting.
    The document outlines the plans for the Lock & Dam 7 Outdraft Modification project on the Mississippi River in La Crescent, Minnesota, under solicitation number W912ES25BA001. The primary goal is to modify the existing outdraft system to enhance operational efficiency and safety. Key elements of the project include detailed civil engineering drawings, boring logs for geotechnical assessments, and various topographical plans indicating work limits, staging areas, and environmental considerations. Critical specifics include the construction of rock blankets, the installation of riprap for scour protection, and the adjustment of existing structures. Compliance with Army Corps of Engineers standards is essential, along with stipulations for maintaining existing drainage and navigation access. The project is designed to minimize disruptions to current operations, ensuring that all construction activities are coordinated with USACE representatives to safeguard the infrastructure's integrity. Overall, this modification project is crucial for maintaining the functionality and safety of Lock & Dam 7 while addressing the challenges posed by changing environmental conditions.
    The document presents the federal wage determination for heavy construction projects in Wisconsin, including the required wage rates and classifications for various labor positions mandated under the Davis-Bacon Act. It outlines two executive orders impacting minimum wage rates based on contract dates: Executive Order 14026 (effective from January 30, 2022) requiring at least $17.75 per hour for covered workers, and Executive Order 13658 (for contracts awarded between January 1, 2015, and January 29, 2022) stipulating $13.30 per hour. The wage determination lists specific classifications with respective wage rates and fringe benefits for different trades, such as boilermakers, bricklayers, laborers, electricians, and welders across various counties in Wisconsin. It includes guidelines for contractor compliance regarding worker protections and wage submissions to the Department of Labor. Notably, unlisted classifications can be added post-award through conformance requests. This document serves as a critical reference for state and local agencies involved in federally funded construction projects, ensuring adherence to labor standards for worker compensation in governmental contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft Lock for Lock and Dam 25, located in Winfield, Missouri. This project is part of the Navigation and Ecosystem Sustainability Program (NESP) and aims to enhance navigation and ecological sustainability along the river system. The procurement process includes a series of amendments and opportunities for industry engagement, including an Industry Day and one-on-one interviews, with key deadlines for registration and responses set for June 2024. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil for further details and to access the necessary documents.
    Mechanical Unloading IDIQ
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is planning to solicit a requirement for a Mechanical Unloading Indefinite Delivery Indefinite Quantity (IDIQ) contract focused on unloading dredge material and maintaining navigational channels. This procurement involves providing all necessary labor, materials, and equipment for unloading dredge material from Corps storage sites and dredging the navigational channel using mechanical equipment, with an estimated project value between $10 million and $25 million. The contract will be a Firm, Fixed-Price agreement and is set aside for Total Small Business participation, with the solicitation expected to be issued via SAM.gov. Interested contractors should ensure they are registered in the System for Award Management (SAM) and monitor the SAM.gov website for updates regarding the solicitation and bid submission deadlines. For further inquiries, contact Theodore Hecht at the USACE via email at theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Saltwater Barrier Sill Cutterhead Dredge Contract No. 2-2025, which involves the construction of a saltwater barrier sill along the Mississippi River in Louisiana. The project requires the contractor to utilize dredging equipment to place hydraulically dredged materials sourced from designated borrow areas, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for maintaining navigable channels and ensuring environmental protection in the region. Interested bidders must register with the System for Award Management (SAM) and can direct inquiries to contract specialists Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499, with a bid opening date to be announced in a future amendment.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Southwest Pass Hopper Dredge Contract No. 7-2025, which involves furnishing a fully crewed and equipped self-propelled trailing suction hopper dredge for dredging work on the Mississippi River from Baton Rouge to the Gulf of Mexico. This contract is critical for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated value between $10 million and $25 million. Bidders must comply with Equal Opportunity guidelines, register in the System for Award Management (SAM), and adhere to safety and environmental protection regulations throughout the project. Interested vendors can contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, with a bid opening date to be established in a future amendment.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    Lock and Dam (LD) 5A Routine Gate Maintenance Quality Assurance and LD 3&4 Gate Fabrication Quality Assurance
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking a contractor to provide Quality Assurance (QA) Inspection services for the Lock and Dam (LD) No. 5A Routine Gate Maintenance project and the LD 3 and 4 Miter Gate Fabrication Contract. The contractor will be responsible for QA inspections and testing related to construction contractor inspections, steel repairs, fabrication, and coatings, with services required at multiple locations in Iowa and Alabama, as well as Wisconsin. This project is critical for maintaining the integrity and functionality of the lock and dam infrastructure, ensuring safety and operational efficiency. The solicitation is anticipated to be issued in mid to late December 2025, with the contract set aside for small businesses and structured as a Firm, Fixed-Price Indefinite Delivery, Indefinite Quantity (IDIQ) contract, including a base year and four option years. Interested parties can contact Scott E. Hendrix at Scott.E.Hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further information.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
    Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project, which requires the provision of a fully crewed and equipped hydraulic pipeline cutterhead dredge. This project is critical for enhancing marine construction operations in the New Orleans Harbor Reach of the Mississippi River and adjacent lock forebays of the Gulf Intracoastal Waterway, with an estimated construction value ranging between $5 million and $10 million. Bidders must comply with federal contracting regulations, including registration in the System for Award Management (SAM) and adherence to safety standards, while also demonstrating production capabilities and a commitment to veteran employment initiatives. Interested parties should contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil for further details, and the solicitation documents will be available on Sam.gov.
    FY26 Duluth-Superior Maintenance Dredging (MD)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is conducting market research through a Sources Sought notice for maintenance dredging services at the Duluth-Superior Harbor in Minnesota and Wisconsin. The project requires contractors to mobilize dredging equipment to perform mechanical dredging within designated areas of the harbor, with an estimated volume of dredged material ranging from 75,000 to 140,000 cubic yards, and depths of approximately 28 to 31 feet below Low Water Datum. This maintenance dredging is crucial for ensuring navigational safety and operational efficiency in the harbor, with the anticipated performance period set from June 15, 2026, to October 30, 2026. Interested parties must submit their responses, including a completed questionnaire detailing their capabilities and past project experience, to Contract Specialist Joseph Orlando and Contracting Officer Michelle Barr by 2:00 PM Eastern Time on January 5, 2026.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 6-2025 (OM25006)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Mississippi River Southwest Pass Hopper Dredge Contract No. 6-2025, which involves providing a fully crewed and equipped self-propelled trailing suction hopper dredge for work primarily in Plaquemines Parish, Louisiana. The contract aims to maintain and enhance navigable waterways, with an estimated construction cost ranging from $10 million to $25 million, and includes specific requirements for dredging capacities, mobilization-demobilization, and environmental compliance measures. Interested bidders must register with the System for Award Management (SAM) and adhere to affirmative action and non-segregated facilities certification, with completed bid forms due by a date to be established in a future amendment. For further inquiries, bidders can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.