Maintenance Dredging, IWW Rehoboth Bay to Delaware Bay (L&R Canal)
ID: W912BU25BA001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST PHILADELPHIAPHILADELPHIA, PA, 19103-0000, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

MAINTENANCE OF DREDGING FACILITIES (Z1KF)

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, is soliciting bids for the Lewes and Rehoboth Canal Maintenance Dredging Project in Delaware. The project entails the maintenance dredging of approximately 90,000 cubic yards of sediment from the canal, with a contract value estimated between $10 million and $25 million, and is set aside for small businesses. This initiative is crucial for maintaining navigational standards and improving the ecological health of the canal, with a performance period of 365 calendar days from the Notice to Proceed, extendable if options are exercised. Interested contractors must submit their bids electronically via the Procurement Integrated Enterprise Environment (PIEE) by May 5, 2025, and can direct inquiries to Molly Gallagher at molly.gallagher@usace.army.mil or Connor Struckmeyer at connor.a.struckmeyer@usace.army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines inquiries and responses related to the solicitation W912BU25BA001 for the L&R Canal Maintenance Dredging project. It covers various aspects of the project, specifically addressing channel geometry specifications, dredging timelines, mobilization processes, and contractor responsibilities. Key clarifications include that dredging must occur between October 1 and February 28, mobilization can be completed before dredging begins, and option 2 dredging will only proceed after option 1 is awarded. Additional operational queries address daily work hours, debris removal, and the presence of existing utilities. The responses emphasize that incorporated amendments will formalize the answers provided throughout the inquiry process. This document serves to ensure clarity and guidance for bidders on project expectations, procedural operations, and responsibilities essential for compliance and successful bidding in accordance with government regulations.
    The document outlines responses to inquiries related to the dredging maintenance solicitation for the L&R Canal (Solicitation W912BU25BA001). Key issues addressed include the clarification of channel geometry and specifications for dredging timelines. The primary dredging window is confirmed to be from October 1 to February 28, with mobilization allowed before and demobilization permitted after these dates. The document emphasizes that both mobilization and demobilization for optional work do not necessitate complete site withdrawal if awarded. Concerns were raised about the contractor's flexibility in dredging operations, utilities in the dredge footprint, and the contractor's responsibility for permits related to construction methods. Also highlighted is the process for optional dredging and potential access points for construction equipment. Additional questions about historical freezing conditions and procedures to address them were addressed, underscoring accountability and the need for contractors to consult external weather data sources. The responses provided are key for contractors preparing bids, ensuring they are informed about expectations and limitations throughout the project.
    The document presents detailed coordinate data related to the Lewes & Rehoboth Canal in Delaware, formatted in the state plane coordinate system (in feet). The coordinates are categorized under 'CL' (Center Line), 'RED TOE', and 'GREEN TOE', indicating different sections or features associated with the canal. Each coordinate lists Northing and Easting values, systematically providing locational references for various points along the canal. The structure consists of an extensive listing that spans several hundred entries, indicating a comprehensive survey relevant for planning, environmental assessment, or potential infrastructure development. This file likely forms part of a larger government request for proposals (RFPs) or federal and state grant documents, aimed at managing or improving the canal area, emphasizing technical precision in location data for stakeholders involved in environmental management or civil engineering projects.
    The document comprises geographic coordinate data points with specified classifications for project areas related to government RFPs and grants. It lists a series of coordinates, primarily represented as longitude and latitude figures, categorized into two distinct classifications: "CL" and "TOE_NORTH" or "TOE_SOUTH." These classifications likely indicate different project types, purposes, or location designations concerning the proposed initiatives. The significance of this document lies in its potential utility for federal and state/local grant applications, serving as a foundational dataset for organizations that respond to requests for proposals (RFPs). The extensive list emphasizes detailed geographical mapping vital for planning, implementation, and funding allocation by engaged agencies, ensuring adherence to required jurisdictions and frameworks for project management within the specified areas. This structured dataset facilitates better understanding and communication among stakeholders involved in government-funded projects or initiatives, ultimately supporting effective resource allocation and project execution in accordance with governmental objectives.
    The document provides an abstract of offers for a construction project titled "Maintenance Dredging Lewes & Rehoboth Canal," specifically addressing dredging work between Rehoboth Bay and Delaware Bay in Delaware. It notes the solicitation number, issue date, opening date, and the issuing office. The abstract includes details of the offers received, identifying the offerors, bid securities, and amendments acknowledged by each bidder. Key items for the project include specific tasks like interim mobilization, debris removal, and the estimated quantities and prices for each task. The government estimates for hired labor and reasonable contracts (with and without profit) are outlined alongside the offers from different contractors. The document facilitates the comparison of bids while ensuring that all required contracts and financial considerations are documented. Overall, this abstract plays a crucial role in the procurement process, ensuring transparency and competitiveness in awarding public contracts for construction projects.
    The document outlines the federal solicitation for the Lewes & Rehoboth Canal Maintenance Dredging Project, aiming to award a firm fixed-price construction contract for maintenance dredging operations in Delaware. The scope includes dredging approximately 90,000 cubic yards of sediment from the canal and the management of dredged materials, with options for further dredging directed towards shoreline and marsh restoration. The estimated project value ranges from $10,000,000 to $25,000,000 and is designated as a small business set-aside. The solicitation specifies requirements for performance bonds, bidding documentation, a site visit, and adherence to federal regulations, highlighting the competitive selection process based on price and responsiveness. Bidders are directed to submit offers electronically through the Procurement Integrated Enterprise Environment (PIEE) platform by a specified deadline. The project timeline allows 365 days for base work, with potential extensions if options are exercised. Overall, the document serves as a formal invitation for bids from qualified contractors while ensuring compliance with governmental procurement processes.
    The document outlines the solicitation for the Lewes & Rehoboth Canal Maintenance Dredging Project, identified by solicitation number W912BU25BA001. The project involves the maintenance dredging of approximately 90,000 cubic yards of sediment within the canal, with a contract value between $10 million and $25 million. It is a firm fixed-price construction contract set aside for small businesses. Key completion requirements include a base contract performance period of 365 calendar days, potentially extending to 665 days with awarded options. The work must comply with environmental restrictions, allowing dredging only from October 1 to March 1. Contractors are required to submit sealed bids electronically via the Procurement Integrated Enterprise Environment (PIEE) and must furnish bid guarantees. A pre-bid site visit is scheduled, and all proposals must acknowledge receipt of solicitation amendments. The award will go to the lowest responsible bidder, emphasizing the importance of experience and financial capability. This solicitation is a crucial step in improving the canal’s navigability and reflects the government's commitment to maintaining infrastructure through organized and regulated procurement processes.
    The U.S. Army Corps of Engineers is soliciting bids for the Lewes and Rehoboth (L&R) Canal Maintenance Dredging Project, with an estimated value between $10 million to $25 million. The project requires removal of approximately 90,000 cubic yards of sediment from the canal, starting at Lewes, Delaware. The work includes dredging and disposal at designated sites and is set as a small business set-aside. Contractors must submit sealed bids electronically, with a performance period of 365 calendar days, extendable if options are exercised. Detailed instructions for bidding, including applicable forms, bonding requirements, and site visit registrations, are provided. Bids must comply with federal regulations, and the contract will be awarded to the lowest responsible bidder. The document emphasizes strict adherence to environmental conditions, particularly the limited dredging period from October to March due to environmental restrictions. This procurement reflects the government’s ongoing commitment to maintaining and improving essential waterways while supporting small business participation.
    The document outlines Amendment 0001 to the solicitation W912BU25BA001, primarily focusing on the extension of the bid opening date from April 28, 2025, to May 5, 2025. It details the project scope, which involves dredging approximately 90,000 cubic yards of sediment in the Lewes to Rehoboth Canal, with additional options to dredge between North Shores and Rehoboth Bay. The amendment includes responses to submitted RFIs, adjustments to various FAR clauses, and clarifications regarding contract terms, such as the change in the base contract's period of performance to 365 days, extendable by up to 600 additional days if options are awarded. The document modifies several contract clauses, including provisions related to progress payments, project specifications, and representations and certifications. Key information includes the requirement for contractors to acknowledge receipt of the amendment and the potential consequences of non-compliance. Overall, the amendment serves to clarify and update specific contractual obligations and timelines essential for bidders involved in the solicitation process, ensuring compliance with federal contracting standards.
    The document serves as an amendment to solicitation W912BU25BA001, affecting the proposal's timeline and terms. It notifies potential contractors that they must acknowledge receipt of this amendment by specified methods to ensure their bids are considered valid. The amendment includes answers to a recent Request for Information (RFI), changes to certain contract line item titles, and revisions to contract provisions related to the commencement and completion of work. Key modifications involve clarifying the options for mobilization under the contract and establishing a total performance period that may span up to 665 calendar days if options are exercised. The changes aim to refine the contract's scope and improve clarity for contractors, ensuring efficient project execution. Overall, this amendment highlights procedural adjustments essential for bidders and maintains continuity of contract administration amid changes.
    The document outlines a solicitation from the U.S. Army Corps of Engineers for maintenance dredging in the Lewes and Rehoboth Canal, Delaware, as part of the IWW Rehoboth Bay to Delaware Bay project. The solicitation includes various engineering plans and drawings, specifying details on channel limits, dredging depths, and material disposal facilities. It emphasizes the need for adherence to both federal and local regulations and includes guidelines for contractor coordination with utility companies and local authorities. The drawings cover critical structural plans along the canal, illustrated across multiple sheets, with notes emphasizing the importance of utilizing the provided dredged material placement facilities (DMPF) while executing the project. A focus on soundings, tidal references, and survey methods reflects the project's technical complexity and environmental considerations. The project aims to maintain navigational standards while ensuring ecological safety and compliance with engineering protocols.
    The document IFB W912BU25BA001 details a solicitation for maintenance dredging along the Lewes and Rehoboth Canal in Delaware. The Contract will be awarded to the lowest eligible bidder who meets all pre-award criteria, including compliance with safety, performance, and financial requirements. Key information includes a commitment to submit various administrative documents, including a pre-award survey, construction schedules, and bonding capacity. It outlines the contractor’s responsibilities regarding communication with the U.S. Coast Guard, coordination of marine traffic, and management of navigational aids. Environmental considerations, including the management of dredged materials and site conditions, are highlighted. Additionally, the contractor must submit documentation related to safety procedures, quality control measures, equipment data, and prior project experiences. The structure is organized into sections detailing submission procedures and contractor obligations, ensuring compliance with safety standards and operational protocols. Overall, this solicitation reflects the government's intent to efficiently manage the dredging process while ensuring safety, environmental protection, and adherence to regulatory standards in marine construction projects.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Maintenance Dredging, Delaware River, Philadelphia to Sea and Wilmington Harbor FY26
    Dept Of Defense
    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.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project involves dredging 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 maintenance is crucial for ensuring safe navigation in an area known for its significant hazards, including 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 anticipated to begin in summer 2026. For further details, including submission instructions, bidders can contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    North Jetty Repairs, Indian River Inlet
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is soliciting proposals for a Firm Fixed-Price construction contract focused on the North Jetty Repairs Project at Indian River Inlet in Sussex County, Delaware. The project entails the repair of a degraded rubblemound jetty, including both subaerial and submerged sections, and the construction of a new seaward terminus, utilizing large rock and marine mattresses in a challenging inlet environment. The estimated construction cost ranges between $25 million and $100 million, with a performance period of 730 calendar days from the Notice to Proceed. Interested contractors must register for a pre-proposal site visit scheduled for November 12, 2025, and submit proposals via the System for Award Management (SAM) and PIEE Solicitation Module by the extended deadline of December 18, 2025. For further inquiries, contact Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil or Brandon Mormello at Brandon.R.Mormello@usace.army.mil.
    South Haven and New Buffalo Maintenance Dredging
    Dept Of Defense
    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.
    James River Dredging Industry Day-Post Event Docs
    Dept Of Defense
    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.
    FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging at select sites. This procurement aims to maintain and enhance the navigability of the Atlantic Intracoastal Waterway, which is crucial for commercial and recreational maritime activities. The contract is set aside for small businesses, in accordance with FAR 19.5, and the bids are due by 12:00 PM on January 14, 2026, following an amendment that changed the original deadline. Interested parties can reach out to Amy Collins at amy.l.collins@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil for further information.
    Construction Services for Maintenance Dredging of the New Haven Harbor Federal Navigation Project, New Haven, CT.
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking contractors for maintenance dredging services at the New Haven Harbor Federal Navigation Project in New Haven, CT. The project aims to deepen and widen the navigation channel and turning basin, requiring the removal of approximately 4,500,000 cubic yards of silt and fine sand, along with 61,000 cubic yards of rock, which will necessitate blasting. This contract is significant for maintaining navigational safety and efficiency in the harbor, with an estimated construction cost between $25 million and $100 million, and operations scheduled to occur over two dredge seasons from October 2026 to May 2028. Interested firms must submit a capabilities package demonstrating relevant experience and equipment by contacting Kyle Hall at kyle.k.hall@usace.army.mil, with the project solicitation expected to be issued around May 15, 2026.
    W912EE26RA006 - Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract (MATOC) focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. The procurement aims to secure fully operated dredging services, including the necessary personnel and equipment, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. This contract is crucial for maintaining navigable waterways and supporting civil engineering projects, with an estimated contract capacity of $99.5 million over a five-year period. Interested vendors should note that the solicitation is expected to be released around January 2026, with proposals due in February 2026, and can contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@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.
    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.