Cornucopia Harbor Maintenance Dredging
ID: W911XK25X15T1Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW072 ENDIST DETROITDETROIT, MI, 48226-5000, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF DREDGING FACILITIES (Y1KF)
Timeline
  1. 1
    Posted Mar 27, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 27, 2025, 12:00 AM UTC
  3. 3
    Due Apr 10, 2025, 6:00 PM UTC
Description

The Department of Defense, specifically the Army Corps of Engineers, is conducting a Sources Sought notice for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. The project entails mechanical dredging within the Inner Harbor South Arm, North Arm, and optional work in the Outer Harbor, with dredged materials to be placed in three designated upland sites. This maintenance dredging is crucial for ensuring navigability and safety within the federal navigation channel, and the government is seeking to assess the capabilities of both small and large businesses to inform future procurement strategies. Interested firms are encouraged to complete the attached Sources Sought Survey and submit their responses by 2:00 PM EST on April 10, 2025, to the designated contacts, including Dorretta J. Calhoun-Battles and Michelle Barr, via the provided email addresses.

Point(s) of Contact
Files
Title
Posted
Mar 27, 2025, 6:06 PM UTC
The document is a Sources Sought Survey for potential contractors interested in projects related to Cornucopia Harbor, MD, specifically within the NAICS Code 237990, which encompasses Other Heavy and Civil Engineering Construction. It seeks detailed company information, including the unique entity identifier, CAGE code, and socio-economic status of the business (e.g., large, small, or various forms of disadvantaged businesses). It encourages companies to share examples of similar past projects completed within the last ten years, detailing project types, completion years, and financial specifics. The survey also inquires about bonding capabilities, self-performance percentages, subcontracting plans, and overall company capabilities in executing the required work at the specified location. Furthermore, it asks if the respondents anticipate submitting proposals for the advertised requirement and allows space for additional comments or information. This document serves to identify potential sources for future contracting opportunities, aligning with federal and local sector requirements for transparency and competition.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Sources Sought: Maintenance Dredging of the Long Island Intracoastal Waterway Federal Navigation Project at Bellport Bay and Moriches Bay, Suffolk County, New York
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) New York District, is seeking qualified contractors for the maintenance dredging of the Long Island Intracoastal Waterway Federal Navigation Project at Bellport Bay and Moriches Bay in Suffolk County, New York. The project involves the removal of approximately 30,000 cubic yards of sand, which will be placed along the shorelines of Cupsogue Beach County Park and/or Smith Point County Park, with dredging required to a depth of -6 feet Mean Lower Low Water (MLLW) plus 2 feet allowable overdepth. This maintenance work is crucial for ensuring navigability and environmental compliance in the area, and the anticipated contract value ranges between $1,000,000 and $5,000,000, with work expected to commence in the fall/winter of 2025/2026. Interested contractors should respond to the market survey and direct inquiries to Jordan Moran at jordan.k.moran@usace.army.mil or Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil.
Green Bay Dredging SATOC
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Chicago office, is seeking qualified contractors for the Green Bay Dredging SATOC project located in Green Bay, Wisconsin. This solicitation aims to address existing shoaling within Green Bay Harbor as part of ongoing channel maintenance, with the initial Task Order involving the dredging of 133,000 cubic yards of sediment, and a total project scope of 479,000 cubic yards over multiple Task Orders from 2025 to 2029. The project is crucial for ensuring the continued operational capacity of the harbor and has a total estimated value exceeding $10 million. Interested small businesses must register with sam.gov and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation and submit bids, with further inquiries directed to Kyle Smith at kyle.d.smith@usace.army.mil or by phone at 312-846-5370.
Lorain Harbor Dredging
Buyer not available
The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is seeking contractors for the Lorain Harbor Dredging project for fiscal year 2025. The procurement involves dredging services, which are critical for maintaining navigable waterways and ensuring safe passage for vessels in the Lorain Harbor area. This project falls under the NAICS code 237990, which pertains to Other Heavy and Civil Engineering Construction, and is categorized under the PSC code Y1PZ for the construction of other non-building facilities. Interested contractors can reach out to Peter Gembala at peter.r.gembala@usace.army.mil or by phone at 716-879-4221, or Walter Kamad at Walter.Kamad@usace.army.mil or 716-879-4134 for further details.
OR/WA Clamshell Maintenance Dredging 2025
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the "OR/WA Clamshell Maintenance Dredging 2025" project, aimed at enhancing navigable waterways in Oregon and Washington. This project involves dredging and material placement at multiple locations, with an estimated construction budget between $5 million and $10 million, and is designated as a Total Small Business Set-Aside under NAICS code 237990. The procurement emphasizes compliance with federal regulations, including labor laws and wage determinations under the Davis-Bacon Act, ensuring fair compensation for workers involved in the dredging operations. Interested contractors must submit their bids electronically by the specified deadline and can reach out to Julia Carlton or Brandon Lasich for further inquiries.
Maintenance Dredging, WH AB MID-RIVER, North Carolina: W912PM25BA006
Buyer not available
The U.S. Army Corps of Engineers, Wilmington District, is seeking a contractor for maintenance dredging services at two key locations in North Carolina, specifically the Anchorage Basin and Turning Basin Extension, as well as the middle Wilmington Harbor federal navigation channels. The objective of this procurement is to consolidate two existing contracts into one, which will be performed by a large business, thereby enhancing efficiency and effectiveness in maintaining these critical navigation channels. This maintenance dredging is vital for ensuring safe and navigable waterways, which are essential for commercial and recreational maritime activities in the region. Interested parties can contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil for further details, with the solicitation anticipated to be released around May 2, 2025.
FY25 Willapa Bay Maintenance Dredging
Buyer not available
The Department of Defense, through the Department of the Army's Seattle District, is soliciting bids for the FY25 Willapa Bay Maintenance Dredging project. This procurement involves the construction of dredging facilities, aimed at maintaining navigable waterways and ensuring safe passage for maritime traffic in the Willapa Bay area. The project is critical for sustaining local economic activities and environmental health, as dredging helps to manage sediment buildup and maintain water depth. Interested contractors can obtain further details from the solicitation documentation and are encouraged to contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or by phone at 206-764-6659, or Scotty Britt at SCOTT.W.BRITT@USACE.ARMY.MIL or 206-764-3517 for any inquiries.
FY25 Lease of One Cutterhead, Hydraulic Pipeline Dredge (Not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Vicksburg District, is conducting a sources sought notice for the lease of a cutterhead hydraulic pipeline dredge, with a diameter of not less than 24 inches, fully operated with attendant plant and personnel. This procurement aims to facilitate construction and maintenance dredging on various waterways, including the Mississippi River Harbors and the Red River Waterway, with a focus on identifying capable firms to perform the required services. The project is significant for maintaining navigability and environmental management in these waterways, with a potential total capacity of up to $250 million over a five-year ordering period. Interested contractors are encouraged to submit their responses by email to Andrew McCaskill at andrew.mccaskill@usace.army.mil by 12:00 PM Central Daylight Time on May 7, 2025, as no solicitation is currently available.
FY25 Lease of One Cutterhead, Hydraulic Pipeline Dredge (Not Less Than 20-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Construction and Maintenance Dredging
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Vicksburg District, is conducting a sources sought notice for the lease of a cutterhead hydraulic pipeline dredge, with a diameter of not less than 20 inches, fully operated with attendant plant and personnel. The procurement aims to facilitate construction and maintenance dredging activities on various waterways, including the Mississippi River Harbors and the Red River Waterway, requiring contractors to provide all necessary labor, materials, and equipment for dredging operations. This opportunity is crucial for maintaining navigability and environmental management in these waterways, with a potential contract value of up to $250 million over a five-year period. Interested firms, particularly those classified as small businesses or within specific socio-economic categories, must submit their responses by May 7, 2025, to Andrew McCaskill at andrew.mccaskill@usace.army.mil.
FY25 Maintenance Dredge - Conneaut Harbor, OH
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Buffalo District, is soliciting bids for the FY25 Maintenance Dredge project at Conneaut Harbor, Ohio. This project involves the dredging of approximately 50,000 cubic yards of material from the harbor, with an optional additional 20,000 cubic yards, to maintain navigable waterways essential for maritime operations. The contract will be a Firm-Fixed-Price (FFP) type, set aside exclusively for small businesses, with an estimated value between $1,000,000 and $5,000,000, and is expected to commence between May 30, 2025, and September 15, 2025. Interested contractors must register with the Procurement Integrated Enterprise Environment (PIEE) and maintain an active registration in the System for Award Management (SAM) to be eligible for bidding; for further inquiries, contact Colleen Sullivan at colleen.m.sullivan@usace.army.mil or Jeffrey G. Ernest at jeffrey.g.ernest@usace.army.mil.
New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the New Orleans Harbor and Various Bar Channels Cutterhead Dredge project, designated as Nos. 3-2025. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent waterways. This dredging project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. The solicitation is expected to be issued around April 15, 2025, and interested vendors are encouraged to register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Bambi Raja at 504-862-1499 or Cori A. Caimi at 504-862-1352.