Maintenance Dredging of Sandy Hook Channel, New York Harbor, Federal Navigation Project
ID: W912DS25BA009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW YORKNEW YORK, NY, 10278-0004, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF DREDGING FACILITIES (Y1KF)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the maintenance dredging of the Sandy Hook Channel in New York Harbor, a critical federal navigation project. The procurement involves the removal of approximately 200,000 cubic yards of material to maintain the channel's depth, with dredged material to be placed at the Sea Bright Offshore Borrow Area (SBOBA) and designated stockpile sites. This project is essential for ensuring safe navigation and environmental compliance in the area, with a contract value estimated between $1 million and $5 million. Interested contractors must submit their bids by September 5, 2025, and can contact Adrian Stafford-Browne at adrian.j.stafford-browne@usace.army.mil or Nicholas P. Emanuel at nicholas.p.emanuel@usace.army.mil for further information.

    Files
    Title
    Posted
    The New York District of the U.S. Army Corps of Engineers is overseeing maintenance dredging for the New York Harbor's Sandy Hook Channel, NJ, under Solicitation #W912DS25BA009. The project includes dredging shoals in specific areas (A, B, and C, with C contingent on B) to a project depth of 35 feet with a 2-foot allowable overdepth. Dredged material will be transported approximately 5 nautical miles to the Sea Bright Offshore Borrow Area (SBOBA), with specific avoidance areas for paleo-channels, positive relief features, and magnetic anomalies. The project emphasizes adherence to engineering and surveying standards, with all soundings and topographic data meeting accuracy requirements. The map uses US State Plane Coordinate System NAD 1983, New Jersey Mercator - Zone 2900, US Survey Feet, and refers to the Mean Lower Low Water (MLLW) plane. The document includes detailed project notes, coordinate tables for the channel, SBOBA, and magnetic anomalies, and a legend for dredging areas and soundings.
    The U.S. Army Corps of Engineers, New York District, is conducting a maintenance dredging project in the Sandy Hook Channel, New Jersey, as part of a federal navigation initiative (Solicitation # W912DS25BA009). Project components include detailed soundings and site plans to facilitate dredging, ensure navigation safety, and maintain waterway depths. The survey data was gathered using precise GPS methods and meets required topographic accuracy standards. Areas A and B are identified as essential dredging locations, with specific allowances for dredge slopes, while area C serves as an option requiring prior execution of area B. Additionally, the dredged material must adhere to placement guidelines regarding cultural and environmental considerations. The anticipated completion date for design and approvals is May 30, 2025, with a project execution timeline extending to July 2025, underscoring the Corps' commitment to enhancing the navigational capacity and safety of the regional waterway.
    This government file addresses questions and answers regarding the "Maintenance Dredging of the New York Harbor, Sandy Hook Channel, New York, Federal Navigation Project," specifically concerning stockpile technical specifications and related operational procedures. Key issues clarified include the use of stockpile sites Lot K and Lot J, with contractors advised to assume only Lot K will be utilized initially, and any additional lots requiring a Request for Equitable Adjustment (REA). The document details the requirement for contractors to obtain necessary permits, such as NJDEP stormwater permits, and outlines responsibilities for dewatering and handling silt/fines. Revised plans ("Plans_AM0002") have been issued to provide critical information on stockpile locations, pipeline routes, and pump-off points. The contractor is responsible for designing and engineering the stockpile containment structure, obtaining necessary materials, and developing a Stockpile Placement Work Plan for USACE and NPS approval. While hydraulic pipeline is the preferred method for material placement, alternative methods will be reviewed. The bid opening date has been extended to August 29, 2025.
    The document details a site investigation conducted by Aqua Survey Inc. for the U.S. Army Corps of Engineers NY District at the Sandy Hook Channel. The project, ASI Project: 37-018, focuses on sample collection and analysis, with coordinate data provided in State Plane NAD 83, New Jersey US Survey Foot. It includes a site map (Figure 1) illustrating sample locations and tables outlining DGPS Coordinates (Table 1) and Sample Identification and Compositing Scheme (Table 2). Appendices provide supporting documentation, including sediment core logs (Appendix A), photographs of the cores with dates and ASI IDs (Appendix B), chains of custody (Appendix C), and sample use forms (Appendix D). The report comprehensively documents the sampling process and associated data for environmental assessment or dredging operations.
    Aqua Survey Inc. (ASI) is conducting a project titled ASI Project: 37-018, focused on sediment sampling within the Sandy Hook Channel as part of compliance efforts guided by the U.S. Army Corps of Engineers NY District. The project includes detailed sampling at various locations indexed by special coordinate systems, with a comprehensive mapping provided. The sampled data includes core logs detailing depths and locations of sediment cores collected on specified dates in February 2017. The document contains tables (DGPS Coordinates and Sample Identification) outlining specific sample location coordinates and composite identification numbers for various sediment samples. Appendices A through D encompass critical information such as sediment core logs, photographs of the sampling process, chains of custody for sample handling, and sample use forms, ensuring strict adherence to protocols for environmental assessments. Overall, the project's purpose is to collect and analyze sediment data to evaluate environmental impact and comply with federal and state regulatory requirements. The thorough documentation supports transparency and quality control in environmental monitoring initiatives.
    The document is an abstract of offers for Solicitation Number W912DS25BA009, titled "Maintenance Dredging of Sandy Hook Channel, New York Harbor," issued on July 24, 2025, by the U.S. Army Corps of Engineers, New York District Contracting Division. It details bids from three offerors: Weeks Marine Inc., Norfolk, and The Dutra Group, for a project involving basic work and options related to dredging, transportation, and placement of dredged material in Areas A, B, and C. The abstract lists item descriptions, estimated quantities, unit prices, and total estimated amounts for mobilization, demobilization, dredging, and environmental surveys. It includes a government estimate for comparison. The document also provides a breakdown of costs for CLINS (Contract Line Item Numbers) 0001-0004 (Base) and 0005-0006 (Option), culminating in grand totals for each offeror and the government estimate. The bids range from $4,634,825.00 to $5,413,240.00, demonstrating competitive pricing for the project.
    The New York District of the U.S. Army Corps of Engineers is planning maintenance dredging operations for the Sandy Hook Channel in New York Harbor, as detailed in solicitation W912DS25BA009. The project involves dredging various areas, with Area A and B being mandatory, and Area C being an option contingent on Area B. Dredged material is primarily permitted for placement at the Sea Bright Offshore Borrow Area (SBOBA), approximately 5 nautical miles offshore. Designated stockpile placement sites are also identified, with specific notes regarding avoidance of sensitive areas such as Seabeach Amaranth plants, historic resources, and seal haul-out locations. The project emphasizes adherence to USACE accuracy standards for topographic data and soundings, and coordination with agencies like the National Park Service for landside activities. All dredged material not placed at designated stockpile sites will go to SBOBA, with approximately 15,000 cubic yards dependent on an exercised option for stockpile placement.
    The document outlines a maintenance dredging project for the Sandy Hook Channel in New York Harbor, overseen by the U.S. Army Corps of Engineers, New York District. The solicitation number is W912DS25BA009, with an approval date of August 26, 2025. The project includes dredging areas A, B, and C, with specific conditions for exercising options on areas B and C, and a required slope of 1:3 for material removal. Dredged material will be transported to the Sea Bright Offshore Borrow Area (SBOBA), with strict avoidance areas for paleo-channels, positive relief, and magnetic anomalies. The document also provides detailed survey notes, coordinate systems (US State Plane Coordinate System NAD 1983, New Jersey Mercator - Zone 2900), and accuracy standards for soundings and topographic data. Nautical charts and navigation aids for the Sandy Hook Channel are also referenced. The project aims to maintain the channel's depth, with a project depth of 35 feet and an allowable overdepth of 2 feet.
    This government file, part of federal RFP documentation, addresses key questions and answers related to a dredging project. It clarifies that the National Park Service (NPS) is responsible for 24/7 beach security, while the contractor handles fencing and securing the work area. The file specifies that the beach escarpment typically stabilizes within 1-2 weeks for NPS approval, with USACE providing AD survey results within three business days of receiving the contractor's notice. The anticipated contract award is September 2025, with a Notice to Proceed within 14 calendar days of award, both subject to change. The document also details contractor responsibilities regarding public safety monitoring via on-board dredge systems and outlines procedures for dealing with unauthorized persons in the work area. It confirms that a Quality Control Manager (QCM) and an SSHO (Safety and Health Officer) or their alternates are required on-site 24/7 during work. Additionally, the file clarifies compensation for dredging areas, particularly how material removed from optional areas (Area B or C) to achieve grade in base areas (Area A or B) will be paid at the unit price of the awarded area. Lastly, it confirms limited 4x4 vehicle access for contractors on the beach for fencing maintenance and inspections, as authorized by NPS.
    This government solicitation, W912DS25BA009, issued by the U.S. Army Corps of Engineers, New York District, is a Request for Proposal (RFP) for the "Maintenance Dredging of Sandy Hook Channel" in New York/New Jersey. The project, with an estimated magnitude between $1,000,000.00 and $5,000,000.00, seeks a contractor for dredging, transportation, and placement of dredged material, including mobilization, demobilization, black box monitoring, and a Northeastern Beach Tiger Beetles survey. Bids are due by August 25, 2025, at 2:00 P.M. EST, and must include a signed SF 1442, acknowledged amendments, a filled-out bid schedule, and a bid guarantee of 20% of the bid price or $3,000,000.00, whichever is less. The contract is a firm-fixed-price type, with options for additional dredging areas. The solicitation emphasizes full and open competition, with a HUBZone price evaluation preference. Key requirements include compliance with various FAR and DFARS clauses, particularly regarding E-Verify, CPARS, and prohibitions on certain supply chain entities (FASCSA orders). Contractors must complete the basic work within 51 calendar days of receiving the Notice to Proceed. Wage rates for different trades are provided for Monmouth County, New Jersey.
    This government file details Amendment W912DS25BA0090001 to a solicitation for dredging services, primarily focusing on the inclusion of a stockpile placement option. The amendment revises the scope of work to incorporate dredging and placement of 15,000 cubic yards of material at designated National Park Service sites (Lot K and Lot J) and includes a fully executed National Park Service Special Use Permit. Key changes involve updates to the Bid Schedule with new line items (CLIN 0005, 0005AA, 0005AB) for stockpile placement, renumbering of existing line items, and updated notes. Plan sheets and technical specifications (Sections 00 01 15, 00 90 02, 01 11 00, 01 20 00, 01 30 00, 31 24 00.00 18, 35 20 23) have also been revised to reflect these additions. The bid opening date remains August 25, 2025, with an RFI cutoff of August 20, 2025. Bidders must bid on all items (CLINs 0001-0007) for their bid to be considered responsive, and award will be based on the lowest total price. The document clarifies that the stockpile placement quantity is not additional volume but part of the basic work. It also details the conditions for exercising option line items, including their dependency on USACE and NPS approval of a Stockpile Placement Work Plan and the availability of funds.
    Amendment 0002 to Solicitation W912DS25BA009, issued on August 14, 2025, extends the bid opening to 2:00 PM EST on August 29, 2025. This amendment provides a revised set of plans and responses to Requests for Information (RFIs) from potential bidders. Contractors must acknowledge receipt of this amendment to ensure their offers are considered. The document outlines procedures for acknowledging amendments and modifying previously submitted offers. All other terms and conditions of the original solicitation remain unchanged. The amendment was issued by W2SD ENDIST NEW YORK, with Adrian Stafford-Browne as the contracting officer.
    Amendment 0003 to solicitation W912DS25BA009, issued by W2SD ENDIST NEW YORK, modifies a contract for maintenance dredging of the Sandy Hook Channel. The primary purpose of this amendment is to remove CLIN 0005 (Option - Stockpile Placement) and revert the scope of work to focus solely on maintenance dredging with subsequent placement at the Sea Bright Offshore Borrow Area (SBOBA). All previous references to stockpile placement within the solicitation, plans, and technical specifications are now irrelevant. The bid opening deadline has been extended to September 5, 2025, and no further Requests for Information (RFIs) will be accepted. The contract now includes line items for mobilization, basic dredging work (CLIN 0002 for 124,075 cubic yards), black box monitoring, and Northeastern Beach Tiger Beetles Survey and Translocation Efforts. Option line items for additional dredging (CLIN 0005 for 30,080 cubic yards and CLIN 0006 for 64,565 cubic yards) remain, with specific conditions for their exercise, including the requirement to bid on all items and the dependency of CLIN 0006 on CLIN 0005. Award will be based on the lowest total price for all CLINs, and the execution of options is subject to fund availability and government discretion.
    The document outlines a federal solicitation for the maintenance dredging of Sandy Hook Channel, managed by the U.S. Army Corps of Engineers, New York District. It specifies a sealed bid process, with bids due by 2:00 PM EST on August 25, 2025. The project has an estimated magnitude between $1 million and $5 million and mandates full and open competition, with an emphasis on HUBZone price evaluation preference. Contractors must provide performance and payment bonds, complete the bid schedule, and adhere to Davis-Bacon wage requirements. The solicitation covers various work items, including mobilization, basic dredging tasks, monitoring units, and environmental surveys. It stresses the necessity for bids to include all items to avoid rejection and mentions the requirement for safe and proper execution of options, depending on fund availability. In line with federal acquisition protocols, the document also incorporates various FAR clauses and compliance requirements related to contractor performance and data management. The emphasis throughout is on strict adherence to guidelines, timely submission, and compliance with safety and environmental standards during the dredging project, highlighting the government's commitment to effective project execution and regulatory adherence.
    The document outlines the requirements for the Maintenance Dredging of the NY Harbor, Sandy Hook Channel, NJ Federal Navigation Project (SHC25), focusing on necessary environmental certifications and permits. It includes the Federal Consistency Determination/Water Quality Certificate (FCD/WQC) from the New Jersey Department of Environmental Protection (NJDEP) and a National Park Service (NPS) Special Use Permit (SUP). The project involves removing approximately 200,000 cubic yards of sand to a depth of -35 feet MLLW with placement at the Sea Bright Offshore Borrow Area (SBOBA). Contractors must comply with all conditions of these permits, including specific operational restrictions like prohibited in-water work from March 1 to June 30 to protect fish, notification requirements for shellfish plants, and adherence to USFWS consultations. The NPS permit details site-specific conditions, including fencing, signage, security measures, restricted access areas, and cost recovery for NPS services like law enforcement and biological monitoring. The permit also addresses potential sand stockpiling for beneficial use and outlines strict safety, environmental protection, and reporting requirements.
    The document outlines the 'Maintenance Dredging of NY Harbor, Sandy Hook Channel, NJ FNP' project (SHC25), an RFP for federal government contractors. The project involves maintenance dredging of approximately 124,075 cubic yards of sand and gravel from the New York Harbor, Sandy Hook Channel. The dredged material is to be placed at the Sea Bright Offshore Borrow Area (SBOBA) or designated stockpile sites within the National Park Service (NPS) Sandy Hook Gateway National Recreation Area. Key aspects include a 51-calendar day completion target for basic work, with additional time for options based on cubic yardage. The estimated cost for the entire project ranges from $1,000,000.00 to $5,000,000.00. Contractors must commence work within five calendar days of receiving the Notice to Proceed and perform at least 40% of the work with their own organization and equipment. The project has specific environmental compliance requirements, including dredge window restrictions from March 1 to August 31 to protect Piping Plovers, surveys and potential translocation efforts for Northeastern Beach Tiger Beetles, and avoidance of invasive vegetation. The contractor is responsible for constructing containment structures for stockpile placement, complying with NJDEP State Water Quality Certificate conditions, and adhering to USFWS guidelines. Public safety measures, such as fencing and signage, are mandatory, with NPS providing 24-hour law enforcement coverage. The work is anticipated to occur between September 2025 and January 2026, with dredging beginning in October 2025 after environmental clearances.
    This government file outlines the Invitation for Bids (IFB) No. W912DS25BA009 for the Maintenance Dredging of New York Harbor, Sandy Hook Channel, New Jersey Federal Navigation Project. The procurement is unrestricted under NAISC Code 237990. The document details project requirements, bidding instructions, and contract clauses. Key attachments include drawings, bid schedules, representations and certifications, wage rates, and a comprehensive list of documents and exhibits, such as an Accident Prevention Plan Worksheet, and various environmental permits. The project involves removing approximately 200,000 cubic yards of material for placement at the Sea Bright Offshore Borrow Area (SBOBA). Bidders must adhere to strict submission guidelines, safety protocols, and environmental conditions, including a Federal Consistency Determination/Water Quality Certificate and a National Park Service Special Use Permit.
    This government solicitation, IFB No. W912DS25BA009, issued by the New York District Corps of Engineers, outlines an unrestricted procurement for maintenance dredging of the New York Harbor, Sandy Hook Channel, New Jersey Federal Navigation Project. The project involves removing approximately 200,000 cubic yards of material, primarily sand, to a depth of -35 feet MLLW, with placement at the Sea Bright Offshore Borrow Area (SBOBA). Key requirements include compliance with various federal and state regulations, submission of a bid bond, and adherence to specific safety and environmental conditions, such as a March 1 to June 30 in-water work prohibition and immediate reporting of unanticipated environmental effects. The successful contractor must also comply with the conditions of the New Jersey Department of Environmental Protection (NJDEP) Federal Consistency Determination/Water Quality Certificate and a National Park Service Special Use Permit, which are included as attachments.
    The document outlines an Invitation for Bids (IFB) No. W912DS25BA009 for an unrestricted procurement for Maintenance Dredging of New York Harbor, Sandy Hook Channel, New Jersey Federal Navigation Project. The project involves removing approximately 200,000 cubic yards of sand to a depth of -35 feet MLLW plus 2 feet of overdredge, with placement at the Sea Bright Offshore Borrow Area (SBOBA). Key requirements for bidders include completing representations and certifications, providing a bid bond, and ensuring timely submission of bids. The project adheres to strict safety, environmental, and quality control standards, including specific conditions from the New Jersey Department of Environmental Protection (NJDEP) Federal Consistency Determination/Water Quality Certificate (FCD/WQC) and a National Park Service Special Use Permit (SUP). Attachments include maps, daily reports, safety logs, and survey data. All in-water work is prohibited from March 1 through June 30.
    The document outlines an unrestricted federal procurement solicitation for maintenance dredging in the Sandy Hook Channel, New Jersey, managed by the New York District of the U.S. Army Corps of Engineers. The Invitation for Bids (IFB) No. W912DS25BA009 specifies that bids must be accurate and complete, with consequences for false statements. The project involves dredging approximately 200,000 cubic yards of material to maintain navigation channels, with guidelines for bid submissions, representation, certifications, and required attachments. The document emphasizes adherence to wage rates, safety requirements, and proof of the contractor's capability, including specific conditions from the New Jersey Department of Environmental Protection regarding environmental protection and dredging operations. Moreover, compliance with the National Park Service regulations is mandatory. A detailed checklist for bidders is included to ensure proper documentation and bid preparation, underscoring the critical need for accurate and timely submissions to qualify for contract awards. This solicitation highlights federal initiatives for maintaining maritime infrastructure while emphasizing environmental standards and safety protocols in public works projects.
    Similar Opportunities
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project aims to dredge the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This dredging is critical for ensuring safe navigation in an area known for significant hazards due to shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work expected to commence in summer 2026. For further details, including submission instructions, please contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    NPS Beach Channel Drive Bulkhead
    Buyer not available
    The U.S. Army Corps of Engineers, New York District, is soliciting proposals for the Design-Build Construction Services for the Beach Channel Drive Bulkhead at Jacob Riis Park, Queens, New York. The project aims to replace the existing bulkhead, which has been rated in "Poor" condition, and to extend its service life for 100 years, while also repaving adjacent multi-use trails and repairing storm drain pipes. This opportunity is significant for maintaining infrastructure in a vital recreational area, with an estimated contract value between $25 million and $100 million. Interested contractors must submit electronic proposals by December 16, 2025, and can contact Monica Coniglio at monica.n.coniglio@usace.army.mil for further details.
    South Haven and New Buffalo Maintenance Dredging
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.
    W912HN25BA021 - Brunswick Entrance Channel Widener Dredging Project.
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the Brunswick Entrance Channel Widener Dredging Project located in Brunswick Harbor, Georgia. This project involves maintenance dredging services, specifically the removal of approximately two million cubic yards of material from the entrance channel and adjacent areas, with dredged material to be disposed of offshore. The contract is critical for maintaining navigational depths and ensuring safe passage for maritime traffic in the harbor. Interested bidders must submit their proposals electronically via PIEE by December 19, 2025, at 1:00 PM EST, and can direct inquiries to Rohan Bryan at rohan.a.bryan@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil for further information.
    Maintenance Dredging, Delaware River, Philadelphia to Sea and Wilmington Harbor FY26
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking information from qualified contractors for a maintenance dredging project along the Delaware River, extending from Philadelphia to the sea, as well as Wilmington Harbor for fiscal year 2026. The project involves the dredging of approximately 3.2 million cubic yards of sediment from the main navigation channel and an additional 420,000 cubic yards from Wilmington Harbor, with the dredged material to be disposed of in designated areas. This maintenance dredging is crucial for ensuring navigational safety and efficiency in these waterways, with an estimated project value between $25 million and $100 million and a performance period of 240 calendar days. Interested contractors are encouraged to submit their responses by 1:00 PM Eastern Time on December 19, 2025, to Eric Leach and Connor Struckmeyer via email, including specific project experience and qualifications as outlined in the notice.
    MAJOR M&R WATERFRONT AT U.S. COAST GUARD, STATION NEW YORK, STATEN ISLAND, PSN 18362253
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for major maintenance and repair of the waterfront at Station New York, Staten Island, under Solicitation No. 70Z0G126BSNY00130. The project involves the replacement and repair of floating docks, dock guide piles, breakwater piles, and various seawall repairs, with an estimated contract value between $5 million and $10 million. This work is critical for maintaining the operational readiness and safety of the Coast Guard facility, ensuring compliance with federal, state, and local regulations. Interested small businesses must submit their bids by December 11, 2025, at 2:00 PM, and can contact Nadine Provost at Nadine.M.Provost@uscg.mil or Sean Waldron at sean.e.waldron@uscg.mil for further information.
    Corps Island Unloading
    Buyer not available
    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.
    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.
    James River Dredging Industry Day-Post Event Docs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is seeking qualified contractors for the James River Maintenance Dredging project, which will be executed as a five-year Small Business Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total capacity of up to $47 million. The project involves maintenance dredging of approximately 1.0 million cubic yards of fines and sand, utilizing cutter-head pipeline equipment, with specific environmental restrictions in place to protect local fish populations and shellfish. Interested contractors should note that the Invitation for Bid is expected to be released in February 2026, with contract awards anticipated in July 2026; for further inquiries, they can contact Susan Ellis at susan.k.ellis@usace.army.mil or Tiffany Kirtsey at tiffany.n.kirtsey@usace.army.mil.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the rental of a fully crewed hydraulic pipeline cutterhead dredge for operations along the Mississippi River, New Orleans Harbor, and various bar channels in Louisiana. The project aims to enhance navigability and maintain essential waterways, with a construction magnitude estimated between $10 million and $25 million. Bidders are required to submit comprehensive proposals that include pricing for mobilization and dredging hours, while adhering to safety regulations and performance specifications. Interested contractors should contact Bambi Raja at Bambi.L.Raja@usace.army.mil or Cori A. Caimi at Cori.A.Caimi@usace.army.mil for further details, and must ensure registration with the System for Award Management (SAM) prior to bid submission, with the solicitation set for March 13, 2025.