ContractSolicitationTotal Small Business Set-Aside (FAR 19.5)

Corps Island Unloading

DEPT OF DEFENSE W912ES26BA001
Response Deadline
Mar 10, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Solicitation

Contract Opportunity Analysis

The U.S. Army Corps of Engineers, St. Paul District is seeking a firm-fixed-price contract to unload and relocate dredged material from Corps Island near Diamond Bluff, Wisconsin as part of the Corps Island Dredge Site Unloading project. The work covers excavation and transfer of more than 300,000 cubic yards of stockpiled dredge material, with contractor-selected placement and both mechanical and hydraulic methods allowed. The site has no road access and is river-only, with berm and site-protection considerations reflected in the plans, and the solicitation requires performance and payment bonds along with SAM and PIEE registration. This is a total small business set-aside IFB with an estimated magnitude of $5 million to $10 million, and bids are due electronically through PIEE by March 10, 2026; the bid opening is also scheduled for that date.

Classification Codes

NAICS Code
237990
Other Heavy and Civil Engineering Construction
PSC Code
Z1KF
MAINTENANCE OF DREDGING FACILITIES

Solicitation Documents

10 Files
Solicitation Amendment W912ES26BA0010003 SF 30.pdf
PDF3951 KBMar 24, 2026
AI Summary
This government file is an amendment to a solicitation/modification of a contract, specifically addressing bid procedures, security requirements, and contractual conditions. It outlines critical updates for bidders, including SAM and PIEE registration for electronic submissions, and details the bid opening process, which will be conducted both in-person and via telephone on March 10, 2026, at 2:00 PM. The amendment also revises instructions for bidders regarding disposal capacity, SAM registration, bidder inquiries through ProjNet, bid bonds, responsibility determinations, and the handling of apparent clerical mistakes and unbalanced bids. Furthermore, it introduces security requirements for contract personnel, including AT/OPSEC protocols, E-Verify program compliance, physical security, and access control. The document also covers provisions for partnering, time extensions due to unusually severe weather, insurance requirements (Worker's Compensation, General Liability, Automobile Liability), invoice procedures, options for additional work, safety regulations, and guidelines for floating plant equipment, obstruction of channels, signal lights, radio communication, unavailability of utility services, and laboratory and testing facilities. It clarifies the basis for settlement of proposals, equipment ownership and operating expense schedules, Davis-Bacon wage determination, and encourages the employment of veterans.
W912ES26BA001_Specs.pdf
PDF3369 KBMar 24, 2026
AI Summary
The U.S. Army Corps of Engineers, St. Paul District, issued Solicitation W912ES26BA001 for the Corps Island Dredge Site Unloading project near Diamond Bluff, WI. This construction project, valued at an estimated $5-10 million, is a 100% small business set-aside. It involves transferring over 300,000 cubic yards of stockpiled dredge material from Corps Island using mechanical or hydraulic excavation. Bidders must be registered in SAM and PIEE, submit electronic bids via PIEE by March 10, 2026, and furnish performance and payment bonds. The contractor must commence work within 10 days of receiving notice to proceed and complete it by September 30, 2027. Liquidated damages of $1,275.00 per day will apply for delays.
W912ES26BA001_Plans.pdf
PDF21931 KBMar 24, 2026
AI Summary
The U.S. Army Corps of Engineers, St. Paul District, is advertising a project for the Corps Island Dredge Site Unloading in Diamond Bluff, WI, Mississippi River Pool 3. This project involves the management and unloading of dredged material. The project plan details berm construction with specific side slopes and elevations, aiming to protect existing trees. Access to the unloading site is river-only, and the site is susceptible to flooding. Geospatial datum information, including horizontal and vertical control points, is provided. The document also includes extensive hydrological data, such as pool elevation hydrographs and duration curves from Lock and Dam 3, spanning from 1935 to 2024, to inform on river conditions and potential impacts on operations.
26BA001 Bidding Abstract (corrected).pdf
PDF150 KBMar 24, 2026
AI Summary
The solicitation W912ES26BA001, issued by the US Army Corps of Engineers, outlines a project for
26BA001 Bidding Abstract.pdf
PDF150 KBMar 24, 2026
AI Summary
The solicitation W912ES26BA001, issued by the US Army Corps of Engineers, outlines a project for "Corps Island Unloading" with a bid opening on March 10, 2026. The project involves two main line items: Performance and Payment Bonds, and Excavate and Relocate Existing Dredge Material. It also includes three options for both line items. Multiple contractors, including Ray Lafore Truck Service INC, DUBUQUE BARGE AND FLEETING SERVICE CO., Legacy Corporation of IL, Ray Lafore Truck Service INC #2, L S MARINE INC., Three Oaks Construction, Inc., and Togiak Logistics Services LLC, submitted bids. The total government estimate for the project is $9,831,000.00, while the bids range significantly, with the highest total bid reaching $18,908,376.00.
Attachment 2 Wage Determination.pdf
PDF89 KBMar 24, 2026
AI Summary
Amendment #2 to Wage Determination MN20260236, effective January 2, 2026, supersedes MN20250236 and outlines prevailing wage rates and fringe benefits for Heavy and Highway Construction Projects in eleven Minnesota counties. The document details labor classifications like Articulated Hauler, Asbestos Abatement Worker, Electrician, and various Power Equipment Operator groups, along with their corresponding rates. It also includes information on Executive Orders 13706 and 13658, which mandate paid sick leave and a minimum wage for federal contractors. The amendment provides guidance on adding unlisted classifications and explains identifiers for union, weighted union average, and survey-based wage rates. Furthermore, it details the appeals process for wage determination matters, including initial decisions and requests for review by the Wage and Hour Administrator and the Administrative Review Board.
Attachment 1 sediment data.pdf
PDF67 KBMar 24, 2026
AI Summary
The document presents detailed sediment data from various locations, including Diamond Bluff, Morgans Coulee, Coulters Island, and Lower Approach L/D 2, collected between 2013 and 2020. The data includes measurements for Polycyclic Aromatic Hydrocarbons (PAHs) such as Naphthalene, Phenanthrene, Fluoranthene, Pyrene, and Benzo[a]pyrene, as well as various pesticides (e.g., Hexachlorobenzene, Dieldrin, DDTs, Chlordane isomers) and PCBs (Aroclors). Inorganics like Arsenic, Cadmium, Chromium, Copper, Lead, Manganese, Mercury, Nickel, Zinc, and total Cyanide are also reported. Additional parameters include Kjeldahl nitrogen, ammonia nitrogen, moisture content, phenol IC, total phosphorus, total solids, total volatile solids, and total organic carbon. Particle size analysis (gravel, sand, silt, clay) is also provided. The data is categorized by river mile, pool number, latitude, longitude, lab (ADRL, INC), database ID, lab ID, Corps ID, and collection date. The presence of detected levels of several PAHs and certain metals in various samples indicates potential environmental considerations for these areas. Overall, this file provides a comprehensive environmental assessment of sediment quality across multiple sites.
Solicitation Amendment W912ES26BA0010001 SF 30.pdf
PDF3951 KBMar 24, 2026
AI Summary
This government file is an amendment to solicitation number W912ES26BA0010001, dated December 22, 2025, from the US Army Corps of Engineers. The primary purpose of this amendment is to update the wage determination to the 2026 standard and modify supplementary conditions related to security, access control, and employment eligibility. Key modifications include new general security requirements for contract personnel, strict guidelines for escorted access to sensitive areas, and mandatory use of the E-Verify Program for candidate prescreening. The document also details procedures for time extensions due to unusually severe weather, outlines required insurance types and amounts, and specifies invoice submission processes. Additionally, it defines options for additional work, safety protocols for floating plant equipment, navigation obstruction rules, and communication requirements. The amendment further covers laboratory and testing facility provisions, basis for settlement of proposals, equipment ownership and operating expense schedules, and emphasizes veteran employment. All other terms and conditions of the original solicitation remain unchanged.
Solicitation Amendment W912ES26BA0010002 SF 30.pdf
PDF3894 KBMar 24, 2026
AI Summary
This document is Amendment 0002 to Solicitation W912ES26BA001, dated 22 DEC 2025, issued by W07V ENDIST ST PAUL KO CONTRACTING DIVISION. The amendment, effective 06 JAN 2026, is for a project with requisition number 26BA001. The purpose of this amendment is to add an attachment to the solicitation. It specifies that offers must acknowledge receipt of the amendment by completing items 8 and 15 and returning copies, acknowledging on each copy of the offer, or by separate letter or electronic communication. Failure to acknowledge may result in the rejection of the offer. This form also outlines procedures for amending submitted offers and modifying contracts/orders, including various authorities for such changes.
Solicitation Amendment W912ES26BA0010004 SF 30.pdf
PDF3917 KBMar 24, 2026
AI Summary
This amendment, W912ES26BA0010004, to solicitation W912ES26BA001, dated February 12, 2026, issued by W07V ENDIST ST PAUL, modifies the original solicitation by removing FAR clause 52.222-49, "Service Contract Labor Standards-Place of Performance Unknown." The amendment specifies that all other terms and conditions of the original document remain unchanged. Offerors must acknowledge receipt of this amendment to ensure their offers are not rejected. The effective date of this amendment is February 27, 2026, with Kenneth J. Eshom as the Contracting Officer.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedOct 14, 2025
amendedAmendment #1· Description UpdatedJan 8, 2026
amendedAmendment #2Feb 27, 2026
amendedAmendment #3Mar 11, 2026
amendedLatest Amendment· Description UpdatedMar 24, 2026
deadlineResponse DeadlineMar 10, 2026
expiryArchive DateMar 31, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W07V ENDIST ST PAUL

Point of Contact

Name
Theodore Hecht

Place of Performance

Red Wing, Minnesota, UNITED STATES

Official Sources