West Coast Hopper Maintenance Dredging 2025
ID: W9127N25B0005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW071 ENDIST PORTLANDPORTLAND, OR, 97204-3495, 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 "West Coast Hopper Maintenance Dredging 2025" project, which aims to enhance navigation by performing maintenance dredging in key areas along the West Coast, including Humboldt Bay and the Lower Columbia River. The project encompasses various dredging activities, with an estimated total cost of approximately $33 million, including both mandatory and optional contract line items. This initiative is critical for maintaining navigable waterways, ensuring compliance with environmental regulations, and supporting maritime operations. Interested contractors must submit their bids electronically by February 21, 2025, and can direct inquiries to Ian Lutjens at ian.k.lutjens@usace.army.mil or Brandon Lasich at brandon.m.lasich@usace.army.mil.

    Files
    Title
    Posted
    The document is an abstract of offers related to a solicitation issued by the Portland District of the Corps of Engineers for maintenance dredging services on the West Coast in 2025, identified as solicitation number W9127N25B0005. The solicitation includes both mandatory and optional Contract Line Item Numbers (CLINs) with descriptions, unit prices, and estimated amounts for various dredging and maintenance activities, such as mobilization and bin measure placements. The total estimated cost for mandatory line items amounts to approximately $24.46 million, while optional line items total about $8.69 million, leading to a combined estimate of over $33 million. The document lists bids from various offerors and emphasizes the evaluation of price competitiveness and conformity with government requirements, including bid security measures. The information underscores the government's commitment to maintaining navigation channels through federal funding for necessary dredging projects while ensuring compliance and safety standards. This solicitation process reflects standard procedures in federal contracting for infrastructure maintenance and development, providing transparency and accountability in government spending.
    The Small Business Commitment Document (SBCD) outlines requirements for Offerors that are other than small businesses in federal acquisitions. It mandates that these Offerors detail their commitment levels to various categories of small business concerns, including Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business (VOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The document instructs Offerors to specify the total contract dollar value and the percentage of work allocated to both large and small businesses, categorizing contributions from subcontractors. It also requires detailed identification of the Prime Offeror, their supplies/services, and all intended small business subcontractors, alongside their Dun and Bradstreet Number (DUNS) or Commercial and Government Entity (CAGE) code and relevant NAICS codes. Additionally, Offerors need to describe their commitment levels concerning small business utilization, detailing any written agreements and their nature. This SBCD is essential to ensure compliance with small business contracting regulations and promote participation of diverse business types in government procurement processes, reflecting a broader commitment to economic inclusion within federal contracting practices.
    The document outlines responses to questions regarding the draft plans and specifications for the West Coast Hopper Maintenance Dredging project scheduled for 2025 (RFP W9127N25B0005). Key points include clarification on payment structures for various line items (CLINs), confirmation that additional incremental costs will apply to specific existing CLINs, and the anticipated increase in mandatory dredging quantities to 1.6 million cubic yards. There is also a call to extend performance periods to align with environmental work windows and updates to section dates for 2025. Clarifications on dredge area limits will be established post-survey, and details regarding missing survey acceptance criteria will be added to the final solicitation, which is expected to mirror previous contracts. The information emphasizes adjustments to contract specifications to ensure accurate financial and functional provisions, reflecting compliance with environmental considerations and operational efficiency for the upcoming dredging project. The responses signal a commitment to clarity and alignment within the contracting process, which is crucial for stakeholders involved in federal and state-level contracts.
    The document is a solicitation (W9127N25B0005) issued by the U.S. Army Corps of Engineers, Portland District, pertaining to the West Coast Hopper Maintenance Dredging Project set for 2025. It includes a planning layout for dredging activities in several locations including the Humboldt Bay and Lower Columbia River. The document comprises a series of drawings outlining site layouts, dredging depths, and coordinates, all crucial for maintaining navigability and safety in these waterways. The drawings reflect survey results and establish critical control points and navigation guidelines necessary for the project's execution. The solicitation indicates an official recommendation and approval from key officials, ensuring adherence to safety and operational standards. The document emphasizes the significance of careful planning and thorough documentation as part of the project's regulatory compliance, spotlighting the coordination required for successful dredging operations, which include environmental considerations and hazard mitigation. Overall, it exemplifies a structured approach towards maintaining essential maritime infrastructure, reflecting the government's commitment to ensuring safe navigation and environmental stewardship.
    The US Army Corps of Engineers, Portland District, has issued Solicitation No. W9127N25B0005 for the Maintenance Dredging 2025 project along the West Coast, focusing on various locations, including Humboldt Bay and the Lower Columbia River. This project aims to enhance navigation by dredging specific areas to required depths, following approved designs and drawings by officials within the agency. The documentation includes site-specific maps and engineering plans detailing placement site layouts, dredging depths, and navigation guides, all governed by safety regulations and operational standards. The project emphasizes environmental considerations and compliance with specified depths, requiring precise coordination for execution. This undertaking illustrates commitment to sustaining navigability and ensuring safety for maritime operations while adhering to federal guidelines.
    The document is a solicitation for the "West Coast Hopper Maintenance Dredging 2025" project, managed by the US Army Corps of Engineers (USACE), covering areas including Humboldt Bay, the Mouth of the Columbia River, and the Lower Columbia River. It serves as an invitation for sealed bids with a construction budget ranging from $10 million to $50 million. Bidders must provide a performance bond and are required to start work within 7 calendar days after award, completing it within 251 days. Bids are due by February 21, 2025, with an electronic submission process mandated via specific email addresses. The document includes various attachments detailing wage rates and project requirements. It emphasizes the utilization of small businesses and sets quotas for subcontracting to various business categories with established goals for minor and female participation. The solicitation outlines critical regulations and requirements for bidders, including tax obligations for foreign contractors and mandates adherence to federal wage standards. The project underscores the government’s commitment to maintaining navigational channels while adhering to environmental and labor regulations, ensuring compliance through a structured bidding process and contractual obligations.
    The document outlines the solicitation for the "West Coast Hopper Maintenance Dredging 2025" project across three primary locations: Humboldt Bay, Mouth of the Columbia River, and Lower Columbia River. It provides comprehensive guidelines for bidders encompassing requirement specifications, contract conditions, and instructions for submitting offers. The project's estimated construction cost ranges between $10 million and $50 million, and it is unrestricted in terms of socio-economic status. Included are mandatory bid requirements, wage determinations, and a detailed table of contents with various attachments pertinent to the project. Key components of the submission process are emphasized, particularly the electronic submission format, which necessitates adherence to specified protocols for documentation. Bidders must acknowledge receipt of any amendments prior to submission deadlines, which are set for February 21, 2025. This solicitation establishes the framework for contractors to submit competitive bids while maintaining compliance with federal and state regulations, specifically regarding wage rates and environmental considerations. The document's structure indicates it’s part of a larger initiative to ensure safe and efficient dredging activities along the West Coast, highlighting the importance of infrastructure maintenance related to navigational waters.
    The document outlines the amendment of a federal solicitation for the Oregon Coastal Dredging Project, emphasizing updates to the Water Quality Certification (WQC) from the Oregon Department of Environmental Quality (DEQ). The amendment includes the incorporation of revised public notice documents and wage determinations, while removing redundant attachments. The DEQ is inviting public comments on the proposed issuance of a WQC, which is necessitated under Section 401 of the Clean Water Act for activities that may disrupt surface waters. The project involves annual dredging at eleven coastal ports in Oregon to maintain navigation depths over ten years, using various dredging methods while ensuring compliance with environmental regulations. Specific attention is given to water quality conditions and measures to minimize impacts on aquatic life, including strict monitoring requirements for turbidity and dissolved oxygen during operations. The documentation is structured effectively, providing clear sections outlining project specifics, public participation details, certification decisions, and conditions for compliance. The overall purpose aims to safeguard Oregon's water quality while facilitating necessary navigational activities.
    The document is an amendment to a government solicitation, specifically detailing modifications to a contract related to water quality certification. The amendment formally incorporates the final ODEQ Water Quality Certificate into the solicitation, indicating an essential change in compliance with state regulations. Other details such as the contractor's period of performance have been adjusted, with start and end dates removed for clarity. The acknowledgment of the amendment by contractors is required to avoid potential rejection of offers. This document underscores the importance of adherence to regulatory frameworks in federal contracts, emphasizing the need for contractors to remain compliant with provided certifications while ensuring all submissions meet the specified requirements of the solicitation. The revised agreement reiterates the unchanged terms and conditions related to the original solicitation and its extensions for submission deadlines, maintaining a focus on proper acknowledgment procedures to streamline the contract amendment process.
    The draft solicitation document, W9127N25B0005, outlines the West Coast Hopper Maintenance Dredging project scheduled for 2025, focusing on locations in Humboldt Bay, CA, and two sites along the Columbia River in Oregon and Washington. The project has an estimated construction cost ranging between $10 million and $50 million and is classified as unrestricted. The contractor must commence work within seven days of award and is required to complete operations within 120 days. Performance and payment bonds are mandatory, and sealed bids are due by February 17, 2025. The evaluation for contract award will primarily consider price factors, pending necessary state water quality certifications. Further, the document stipulates bidding requirements, including submission via email rather than hard copy. A telephonic bid opening will occur an hour after the bid submission deadline. Emphasis is placed on adherence to socio-economic and compliance regulations, particularly regarding employment opportunities for minorities and females as mandated by federal guidelines. The document emphasizes the importance of electronic submissions, thorough inquiries via a designated platform, and maintaining regulatory compliance throughout the contracting process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM25011)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM25011). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge to perform dredging operations in the specified waterways and potentially other areas within the New Orleans, Galveston, and Mobile Districts. This dredging work is crucial for maintaining navigable waterways, with a contract value estimated between $10 million and $25 million. The solicitation is expected to be issued around December 9, 2024, and interested vendors should register on Sam.gov and contact Cori A. Caimi or Bambi Raja for further information.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 1-2025 (OM25001)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Southwest Pass Hopper Dredge Contract Nos. 1-2025, which involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge for work primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging project is crucial for maintaining navigable waterways and ensuring the efficient transport of goods, with a construction magnitude estimated between $10 million and $25 million. The solicitation is expected to be issued around December 9, 2024, and interested vendors are encouraged to register as Interested Vendors 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, contractors can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 1-2025, Cameron Parish, Louisiana. Specification Nos. OM25125
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Calcasieu River and Pass Bar Channel Hopper Dredge Contract No. 1-2025 in Cameron Parish, Louisiana. Contractors are required to furnish a fully crewed and equipped self-propelled trailing suction type hopper dredge for the removal and disposal of shoal material in the Calcasieu River Bar Channel, with potential work extending to other areas within the New Orleans, Galveston, and Mobile Districts. This unrestricted procurement has an estimated construction cost between $5 million and $10 million, with the solicitation expected to be issued on or about December 4, 2024. Interested bidders must maintain an active registration in the System for Award Management (SAM) and can contact Evan Woitha at evan.g.woitha@usace.army.mil or 504-862-1214 for further details.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Rental Contract No. 2-2025, Cameron Parish, Louisiana. Specification Nos. OM25126
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Calcasieu River and Pass, Bar Channel Hopper Dredge Rental Contract No. 2-2025, located in Cameron Parish, Louisiana. The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge to remove and dispose of shoal material in the Calcasieu River Bar Channel, with potential work extending to areas within the New Orleans, Galveston, and Mobile Districts. This contract is crucial for maintaining navigational channels that support maritime operations, with an estimated construction cost between $5 million and $10 million. Interested bidders should prepare for an Invitation for Bid (IFB) to be issued on or about December 4, 2024, and must ensure active registration in the System for Award Management (SAM) to be eligible for contract award; for further inquiries, contact Taylor H. Brandon at (504) 862-1009 or via email at taylor.h.brandon@usace.army.mil.
    Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 5-2025, Cameron Parish, Louisiana. Specification No. OM25129
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Calcasieu River and Pass, Bar Channel Hopper Dredge Contract No. 5-2025, located in Cameron Parish, Louisiana. This contract requires the provision of a fully crewed and equipped self-propelled trailing suction hopper dredge for the removal and disposal of shoal material primarily in the Calcasieu River Bar Channel, with potential work extending to other areas within the New Orleans, Galveston, and Mobile Districts. The estimated construction cost for this project ranges from $5,000,000 to $10,000,000, and the solicitation is expected to be issued on or about December 4, 2024, with bids to be submitted electronically via the System of Award Management (SAM) website. Interested bidders should contact Francesca E. deBoer at (504) 862-1604 or via email at francesca.e.deboer@usace.army.mil for further details.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 3-2025 (OM25003). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge to perform dredging work primarily in the Mississippi River Southwest Pass, with potential operations in other areas of the New Orleans, Galveston, and Mobile Districts. This dredging project is crucial for maintaining navigable waterways and ensuring safe passage for maritime traffic, with a contract value estimated between $10 million and $25 million. Interested vendors should prepare for the solicitation, which is expected to be issued around December 9, 2024, and must register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge to perform dredging work primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging operation is crucial for maintaining navigable waterways, with a contract value estimated between $10 million and $25 million. The solicitation is expected to be issued on or about December 9, 2024, and interested vendors should register on Sam.gov and contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499 for further details.
    Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract (OM24011)
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a contractor for the Mississippi River Southwest Pass and Calcasieu River Bar Channel Hopper Dredge Contract. This contract involves furnishing a fully crewed and equipped self-propelled trailing suction type hopper dredge. The work will be performed in Mississippi River Southwest Pass, Calcasieu River Bar Channel, and possibly in other areas of the New Orleans District, Galveston and Mobile Districts, and other necessary areas. The estimated construction range for this project is between $25,000,000.00 and $100,000,000.00. The solicitation will be issued on or about 19 March 2024, and the bid opening date will be established in a future amendment. Interested vendors are encouraged to register on beta.SAM.gov and must be registered with the System for Award Management (SAM) to receive a government contract award. For more information, contact Cori A. Caimi at 504-862-1352 or Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 8-2025 (OM25008)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 8-2025 (OM25008). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge, with work primarily to be conducted in the Southwest Pass of the Mississippi River and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging operation is crucial for maintaining navigable waterways, with a contract value estimated between $10 million and $25 million. The solicitation is expected to be issued on or about December 9, 2024, and interested vendors should 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, contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 1-2025 (OM25275)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for a maintenance dredging project in the Southwest Pass section of the Mississippi River, specifically from Mile 6.0 AHP to Mile 19.5 BHP. The procurement requires the provision of a fully crewed and equipped cutterhead dredge with a discharge size of 30 inches or greater, along with all necessary attendant plant and crew, to ensure effective dredging operations. This project is crucial for maintaining navigational channels and supporting maritime activities in the region, with an estimated construction cost ranging between $10 million and $25 million. Interested contractors should prepare to submit their bids by the anticipated solicitation release date of December 9, 2024, and may contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Bambi Raja at Bambi.L.Raja@usace.army.mil for further information.