MAINTENANCE DREDGING AT USCG SECTOR COLUMBIA RIVER [FORMERLY MARINE SECURITY UNIT (MSU)] PORTLAND, OR
ID: 70Z08825B0000088Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDCEU OAKLAND(00088)OAKLAND, CA, 94612, 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
  1. 1
    Posted Mar 19, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 8:00 PM UTC
Description

The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for maintenance dredging at the Sector Columbia River in Portland, Oregon, under Invitation For Bid (IFB) No: 70Z08825B0000088. The project entails the removal of up to 600 cubic yards of sediment to achieve a design depth of -10.0 feet Mean Lower Low Water (MLLW), with an over-depth allowance to -12 feet, and includes hydrographic surveys, disposal of dredged materials at approved sites, and compliance with environmental regulations. This maintenance work is crucial for ensuring navigable waterways for U.S. Coast Guard operations and is set to be completed between July 1, 2025, and October 31, 2025, with an estimated contract value between $500,000 and $1,000,000. Interested bidders must submit their proposals electronically via the DoD SAFE platform by April 18, 2025, and can direct inquiries to Vincent Yee at Vincent.Yee@uscg.mil.

Point(s) of Contact
Files
Title
Posted
The document outlines an Invitation for Bid (IFB) for maintenance dredging at the U.S. Coast Guard Sector Columbia River in Portland, Oregon, designated with the number 70Z08825B0000088. The solicitation is a total small business set-aside, requiring bidders to submit specific documentation electronically via the DoD SAFE platform by April 18, 2025. Key tasks include mobilization, dredging, disposal, and hydrographic surveys, as quantified in a detailed price schedule. The IFB specifies all submittals must conform to outlined instructions, including specifications, forms, and mandatory bid guarantees. Contractors must adhere to environmental and safety standards, provide insurance, and submit daily progress reports while ensuring materials are properly managed and reported. The contract includes robust clauses, emphasizing compliance with various regulations and potential adjustments based on quantities or costs incurred. Moreover, bidders are urged to utilize domestic materials as per the Buy American provisions and notify the contracting officer about any protests regarding the procurement process. This solicitation reflects detailed procedures to ensure fairness, compliance, and efficient execution of the dredging project, prioritizing safety and regulatory adherence throughout the contract performance.
The document outlines an abstract of offers for a maintenance dredging project at the U.S. Coast Guard Station, Cape Disappointment. It includes bid submissions related to various components of the project, such as mobilization, dredging and disposal, hydrographic surveys, and reporting. The estimated quantities, unit prices, and total amounts are provided for each item. The lowest offer for mobilization and demobilization is $596,147, with dredging priced at $175,002 for 600 cubic yards. Hydrographic surveys have an estimated cost of $48,000. The total projected cost for the project is $833,149. The document represents compliance with government contracting protocols and specifies that the contracting officer will determine the responsible bid before awarding the contract. This RFP is issued by the Civil Engineering Unit Oakland, indicating a structured process in federal procurement for construction services aimed at maintaining navigational facilities.
The document outlines a federal Request for Proposals (RFP) for maintenance dredging at the U.S. Coast Guard Station Cape Disappointment. The proposal involves several key deliverables, including mobilization and demobilization costs, dredging to a specified depth, hydrographic surveys, and post-dredge reports. The estimated total project cost is $833,149.00, with individual costs stated for various components, such as $596,147 for mobilization and demobilization, and $175,002 for dredging services. The document notes the government’s estimate and offers from bidders, indicating bidding competition among contractors. All offers received were formally recorded by the certifying official, ensuring compliance with procurement procedures. The primary purpose of this RFP is to secure bids for maintaining critical navigational infrastructure, showing the government's commitment to maintaining operational standards at Coast Guard facilities. The project emphasizes the need for accurate bidding, skilled labor, and adherence to safety and environmental regulations throughout the dredging process.
The document outlines Amendment No. 0001 to the Request for Proposals (RFP) for maintenance dredging at the U.S. Coast Guard Sector Columbia River, Portland, Oregon. The amendment provides responses to two Requests for Information (RFIs) regarding disposal of dredged material and bidding quantities. In response to the first RFI, the U.S. Coast Guard confirms that contractors may choose an alternative upland disposal site for dredge spoil, as long as it is permitted and communicated to the Corps. The Hillsboro landfill is mentioned as a previously verified option, but not the only one. The second RFI clarifies a discrepancy in the estimated bidding quantity for dredged material. The document corrects a typographical error stating that the correct quantity for bidding purposes is 600 cubic yards, rather than the previously stated 25,000 cubic yards. All other terms and conditions of the RFP remain unchanged. The amendment establishes procedural requirements for bidders to acknowledge receipt of the amendment before submission. This amendment aims to streamline the bidding process for contractors while ensuring compliance with environmental disposal regulations.
The document is an amendment to a solicitation for a project involving maintenance dredging at the USCG Sector Columbia River in Portland, Oregon. Specifically, it addresses inquiries related to the interpretation of the project guidelines, particularly regarding the passive dewatering of dredged spoil. Amendment No. 0002 is issued to respond to RFI Question Number 3, confirming that on-site dewatering is permitted provided that the water is filtered to meet water quality standards, as stipulated in a specific condition of the Water Quality Certification (WQC). This amendment also includes a separate attachment detailing the WQC, reinforcing the requirement for adherence to condition #16 regarding dewatering procedures. The overall aim of the amendment is to clarify contractual obligations without altering other terms and conditions. The document emphasizes the importance of compliance with regulatory standards and includes instructions for the contractors on how to acknowledge the amendment.
Apr 22, 2025, 5:09 PM UTC
The document outlines the maintenance dredging project under the jurisdiction of the DEQ in collaboration with multiple federal and state agencies, including the U.S. Coast Guard and the EPA. It mandates adherence to the Portland Sediment Evaluation Team’s recommendations, particularly regarding sediment management and disposal methods. Specific dredging areas are designated as unsuitable for unconfined aquatic placement, requiring containment and appropriate upland disposal of dredged materials. Notably, the document specifies the necessity of biological testing and the performance of a Modified Elutriate Test to assess contaminants before dredging. The guidelines emphasize minimizing sediment disturbance during operations through careful sequencing, operator training, and specific dredging techniques. In summary, this document aims to ensure that the dredging process does not pollute waterways and complies with various environmental standards while promoting safe and efficient disposal practices.
This document is an amendment to a Request for Proposal (RFP) concerning maintenance dredging at the U.S. Coast Guard (USCG) Sector Columbia River in Portland, Oregon. The amendment provides responses to specific Requests for Information (RFIs) addressing operational details that affect project execution. Key points include that the USCG Cutter Bluebell's schedule is variable but may offer time windows for dredging after mid-September. It has been clarified that Post-Dredge Confirmation Testing and cover materials testing are not required if the desired depth is achieved. Temporary storage for contractor materials may be facilitated on base post-award, although specific locations will be determined later, and there is no storage allowed at the pier adjacent to the cutter's mooring. Additionally, the use of small boat piers for temporary moorage of work skiffs is permitted, pending notification to the Construction Manager. The purpose of the document is to ensure that contractors understand the project's operational limitations and requirements, ensuring compliance and effective coordination throughout the dredging process. Overall, all other terms and conditions within the original RFP remain unchanged.
The document serves as an amendment to a solicitation for maintenance dredging at the U.S. Coast Guard Sector Columbia River in Portland, Oregon. Amendment No. 0004, issued on April 9, 2024, addresses questions related to the procurement process, specifically responding to request for information (RFI) number 8. This amendment emphasizes the need for analytical testing data concerning unsuitable sediment to aid in selecting an appropriate disposal site. The response includes a request for the "Sediment Characterization Report" from May 2024, pointing out that the existing information was inadequate. All other terms and conditions remain unchanged. The amendment aims to ensure that contractors have access to necessary documentation to fulfill their obligations while remaining compliant with environmental regulations. This action reflects the federal government’s commitment to maintaining standards in public sector contracting and environmental stewardship.
The Sediment Characterization Report for the Maintenance Dredging at the U.S. Coast Guard Marine Safety Unit Portland, Oregon, evaluates the physical and chemical properties of dredged sediments. Conducted in January 2024, the study aimed to ensure the suitability of sediments for disposal or aquatic exposure while adhering to regulatory guidelines. Approximately 560 cubic yards of sediment will be dredged initially, with total expected volumes reaching 3,000 cubic yards over ten years. Key findings indicate that metals like nickel, certain methylphenols, and polychlorinated biphenyls exceed screening levels for freshwater environments. However, while some contaminants are above suggested thresholds, they remain below levels defined by the Portland Harbor Superfund Site. The sediments from the dredge prism are deemed unsuitable for in-water placement, necessitating upland disposal, likely at Hillsboro Landfill. Recommendations include considering additional overdredge to facilitate future management of contamination risks and possibly implementing a clean sand cover over dredged areas. The report underscores compliance with environmental standards and emphasizes the project’s focus on marine safety and the impact of dredging on sediment quality.
Apr 22, 2025, 5:09 PM UTC
The United States Coast Guard, through its Civil Engineering Unit, has issued a solicitation for sealed bids regarding the Maintenance Dredging project at Cape Disappointment, Washington. The project involves dredging up to 600 cubic yards to reach a design depth of -10.0 feet Mean Lower Low Water (MLLW) plus an overdepth allowance. Dredge sediment must be disposed of at an approved EPA site, with an expected completion deadline of October 31, 2025. The solicitation number is 70Z08825B0000088, and bids must be submitted by 1:00 PM Pacific Time on April 18, 2025. The contract, estimated between $500,000 and $1,000,000, will result in a single firm-fixed-price contract, with award notifications anticipated during the week of April 28, 2025. Bidder participation necessitates acknowledgment of all amendments and mandatory performance and payment bonds. Any inquiries related to the solicitation should be directed to the contracting officer, Vincent Yee. The process indicates the government's adherence to regulations while inviting competitive bids for the essential maintenance of water navigation channels to support Coast Guard operations.
Apr 22, 2025, 5:09 PM UTC
The U.S. Army Corps of Engineers has issued a permit (NWP-2013-172-1) to the United States Coast Guard (USCG) for maintenance dredging at the Marine Safety Unit in Portland, Oregon. The project involves the removal of up to 3,000 cubic yards of sediment from the Willamette River/Swan Island Basin over two dredging events within a decade. The primary goal is to maintain operational depths for USCG vessels. The first event will involve dredging up to 160 cubic yards from a small basin and up to 400 cubic yards from a larger one. It requires discharging up to 100 cubic yards of clean sand as a temporary capping measure to mitigate contamination risks post-dredging. A second dredging event may occur if sediment fills too quickly. Key permit conditions emphasize compliance with environmental regulations, mandatory notifications, and pre/post-dredge surveys to assess sediment quality. The document outlines specific procedures for handling dredged materials and emphasizes collaboration with the U.S. Environmental Protection Agency regarding sediment characterization and disposal methods. The USCG must gather additional testing data to confirm sediment suitability before completing dredging operations. Overall, this permit represents a commitment to balancing navigational efficiency with ecological safety in a designated Superfund site.
Mar 19, 2025, 11:07 PM UTC
The document provided emphasizes the importance of utilizing Adobe Reader or Acrobat for optimal viewing of a PDF portfolio, though it lacks substantive content to analyze specific RFPs, grants, or any relevant governmental projects. It does not contain information on specific federal or state/local initiatives. The focus appears to be primarily on the technical requirements for accessing the file rather than detailing any governmental proposals or funding opportunities. Consequently, the document does not fulfill the criteria necessary for a thorough analysis of government files concerning RFPs or grants.
Apr 22, 2025, 5:09 PM UTC
Apr 22, 2025, 5:09 PM UTC
Apr 22, 2025, 5:09 PM UTC
The US Coast Guard MSU Swan Island Dredging Project, contract number HSCG88-16-C-PQQ197, aims to conduct maintenance dredging of up to 1,000 cubic yards to achieve a final project depth of -11.65 ft CRD, with a permissible overdepth of -12.65 ft. The project, led by Marine Industrial Construction, LLC, was set to take place in the waters surrounding Swan Island, Portland, Oregon, with a work window from July 1 to October 31, 2016. The project includes multiple phases documented across 12 sheets, covering aspects such as tide and ground control, engineering, configuration, pre- and post-dredging analyses, and environmental compliance requirements. Environmental and regulatory conditions include compliance with CERCLA, National Marine Fisheries services, and state water quality certifications. Dredging methodology involves a significant focus on the removal of debris and sediment, ensuring minimal environmental impact. The project employed advanced hydrographic surveying technology, including the R2Sonic 2022 multi-beam sonar system, to inform dredging operations and ensure compliance with standards. The culmination of these efforts is aimed at facilitating navigation and safety in the Columbia River area while maintaining environmental stewardship as mandated by federal and state guidelines.
The U.S. Coast Guard (USCG) is seeking proposals for maintenance dredging at Sector Columbia River in Portland, Oregon, scheduled between July 1, 2025, and October 31, 2025. The project involves the removal of sediment to achieve a design depth of -10.0 feet Mean Lower Low Water (MLLW), with a permitted over-depth allowance to -12 feet. The contractor will be responsible for dredging up to 600 cubic yards of sediment and ensuring proper disposal at Hillsboro Landfill. The bid must include details on mobilization, a dredging operations plan, and compliance with various environmental regulations. Key components include conducting pre- and post-dredge hydrographic surveys, minimizing disruption to local marine activities, and adhering to safety and environmental standards set forth by multiple governmental agencies including the EPA and State of Oregon. The contractor must also navigate security protocols due to the military nature of the facility and manage relationships with local fishing communities. Furthermore, the document outlines requirements for monitoring turbidity levels during dredging, managing solid debris, and implementing best management practices to safeguard natural resources. This RFP underscores the USCG’s commitment to maintaining navigable waterways while complying with environmental stewardship.
Apr 22, 2025, 5:09 PM UTC
The document outlines the U.S. Coast Guard's Contractor Responsibility Questionnaire, a critical step in determining contractor eligibility for federal contracts in accordance with the Federal Acquisition Regulation (FAR), Part 9. It emphasizes that a contract can only be awarded to contractors deemed responsible after the Contracting Officer acquires sufficient information to confirm compliance with minimum standards. Contractors must submit specific documentation, including a completed experience data form, recent financial statements, and banking letters demonstrating financial stability and resources necessary for contract performance. Confidentiality is assured for submitted documents. The questionnaire includes sections for detailing company information, financial data, construction commitments, and previous project experience. Overall, this process aims to ensure that only qualified, competent contractors are considered for U.S. Coast Guard contracts, thereby maintaining rigorous standards in federal procurement.
Apr 22, 2025, 5:09 PM UTC
The document pertains to Solicitation No: 70Z08824R0000113 regarding maintenance dredging at the U.S. Coast Guard Station in Cape Disappointment, Ilwaco, Washington. It outlines the process for contractors to seek clarifications or explanations about the solicitation, drawings, and specifications. Interested bidders must submit their questions in writing, ensuring emails are directed to both specified contact persons within the U.S. Coast Guard. The document includes a request form for questions, requiring details such as the company's name, address, and reference specification section to aid in addressing the queries. This solicitation serves as an essential communication tool to facilitate competition among bidders and ensure all parties understand the requirements and expectations before proposal submission.
The document outlines the requirements for a Certificate of Authorization to Bind Corporation, required for corporate bidders participating in government RFPs. It emphasizes the need for a corporate officer, other than the one who signed the bid, to execute the certificate, affirming that the individual signing the bid has the authority granted by the corporation's governing body. This certificate must accompany the bid submission, ensuring that all corporate actions related to the bid are legitimately authorized and within the corporation's powers. The document culminates with a space for the officer to sign and affix the corporate seal, validating the authenticity of the certificate. This procedural requirement helps maintain accountability and transparency in the bidding process for federal grants and state/local RFPs.
Lifecycle
Title
Type
Similar Opportunities
FY25 Willapa Bay Maintenance Dredging
Buyer not available
The Department of Defense, through the Department of the Army's Seattle District, is soliciting bids for the FY25 Willapa Bay Maintenance Dredging project. This procurement involves the construction of dredging facilities, aimed at maintaining navigable waterways and ensuring safe passage for maritime traffic in the Willapa Bay area. The project is critical for sustaining local economic activities and environmental health, as dredging helps to manage sediment buildup and maintain water depth. Interested contractors can obtain further details from the solicitation documentation and are encouraged to contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or by phone at 206-764-6659, or Scotty Britt at SCOTT.W.BRITT@USACE.ARMY.MIL or 206-764-3517 for any inquiries.
San Joaquin/Port of Stockton DWSC FY25 Maintenance Dredging Project
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the San Joaquin/Port of Stockton DWSC FY25 Maintenance Dredging Project, aimed at maintaining the navigability of the San Joaquin River and Port of Stockton. The project involves annual maintenance dredging to specific depths of -35 feet Mean Lower Low Water (MLLW), with certain areas requiring dredging to -38.5 feet, and includes the management and transportation of dredged materials to designated upland sites. This maintenance is crucial for ensuring safe maritime operations and supporting regional commerce while adhering to environmental regulations. Interested contractors must submit their proposals by May 19, 2025, with the contract valued between $5 million and $10 million; for further inquiries, they can contact Suntok Mcguinness at suntok.mcguinness@usace.army.mil or Mary C. Fronck at mary.fronck@usace.army.mil.
FY25 Quillayute Maintenance Dredging
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is preparing to solicit bids for the FY25 Quillayute Maintenance Dredging project in La Push, Washington. This project involves hydraulic maintenance dredging of the Quillayute River Federal navigation channel, access lanes, and the boat basin, with specific in-water work windows set between September 2025 and March 2026. The contract, estimated to be valued between $1 million and $5 million, will be a firm-fixed-price agreement and is set aside exclusively for small businesses, with a NAICS code of 237990. Interested contractors should contact Hien Ho or Scott Britt for further inquiries and must ensure they are registered in the System for Award Management (SAM) prior to submitting proposals.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025 project. 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 lock forebays of the Gulf Intracoastal Waterway. This dredging operation is critical for maintaining navigability and ensuring the safety of maritime operations in the region. The estimated contract value ranges from $5 million to $10 million, with the solicitation expected to be issued around April 11, 2025. 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, New Orleans Harbor Cutterhead Dredge No. 1-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025 project. 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 lock forebays of the Gulf Intracoastal Waterway. This dredging project is crucial for maintaining navigability and ensuring the safety of maritime operations in the region, with a construction magnitude estimated between $5 million and $10 million. The solicitation is expected to be issued around April 11, 2025, 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, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor Cutterhead Dredge No. 2-2025 project. 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 lock forebays of the Gulf Intracoastal Waterway. This dredging operation is crucial for maintaining navigability and supporting maritime activities in the region, with a contract value estimated between $5 million and $10 million. The solicitation is expected to be issued around April 11, 2025, and interested vendors should register on Sam.gov and contact Cori A. Caimi or Bambi Raja for further details.
Rogue River South Jetty Partial Repair 2025
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors for the Rogue River South Jetty Partial Repair project located in Gold Beach, Oregon. The project entails the procurement, delivery, and placement of jetty armor stone to address channel-side damage and includes mandatory repairs over a construction length of approximately 260 feet, with optional additional repairs extending the scope. This initiative is critical for maintaining navigation safety and protecting coastal environments, emphasizing the importance of adhering to federal regulations and environmental stewardship throughout the construction process. Interested parties should note that the estimated construction cost ranges from $1 to $5 million, with responses due by May 4, 2025, and the project timeline indicating advertisement in June 2025 and completion by the end of 2026. For further inquiries, contact Christopher Burroughs at christopher.d.burroughs@usace.army.mil or Brian Johnson at brian.m.johnson@usace.army.mil.
New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the New Orleans Harbor and Various Bar Channels Cutterhead Dredge project, designated as Nos. 3-2025. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent waterways. This dredging project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. The solicitation is expected to be issued around April 15, 2025, and interested vendors are encouraged to register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Bambi Raja at 504-862-1499 or Cori A. Caimi at 504-862-1352.
Mississippi River, New Orleans Harbor Cutterhead Dredge No. 1-2025
Buyer not available
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.