Corps Island Unloading
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), St. Paul District, is soliciting bids for the Corps Island Unloading project. This project involves removing and transporting up to 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The anticipated contract value is between $5,000,000 and $10,000,000. This is a Total Small Business Set-Aside and will be awarded as a Firm Fixed-Price contract via an Invitation for Bid (IFB). Offers are due by March 10, 2026, at 02:00 PM local time.
Scope of Work
The primary objective is the removal and permanent placement of stockpiled dredge material from Corps Island, which lacks road access and has historically served as a placement site for Mississippi River dredge material. Contractors will utilize hydraulic and/or mechanical methods to transfer the material. Key requirements include:
- Removal and transport of approximately 300,000 to 450,000 cubic yards of dredge material.
- Contractor-provided disposal capacity, which can be a readily available commercial site (e.g., gravel/sand pit) or beneficial use sites.
- Disposal sites must be free of culturally or environmentally sensitive areas, and contractors must prevent discharge into wetlands.
- Any necessary environmental mitigation at disposal sites will be at the contractor's expense.
- Engineering details specify berm side slopes of 1V:3H, maximum removal depth of 10' below Low Control Pool (LCP), and work limits covering an 8.2-acre area.
Contract Details
- Contract Type: Firm Fixed-Price (Invitation for Bid - IFB)
- Estimated Value: $5,000,000 to $10,000,000
- Period of Performance: 730 calendar days after Notice to Proceed
- Set-Aside: Total Small Business
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
- Product Service Code: Z1KF (Maintenance Of Dredging Facilities)
Submission & Evaluation
- Offers Due: March 10, 2026, at 02:00 PM local time. Offers will be publicly opened.
- Submission Method: Electronic via the Procurement Integrated Enterprise Environment (PIEE) suite. Sealed envelopes must be marked with offeror's name, address, solicitation number, and due date/time.
- Inquiries: Must be submitted via the ProjNet system no later than 10 days prior to bid opening.
- Requirements: A bid guarantee (20% of bid price or $3,000,000.00, whichever is less) is required. Performance and Payment Bonds are also mandatory. All offerors must be registered in SAM.gov with an active account and completed Representations and Certifications prior to award.
Additional Notes
This is a solicitation for a competitive acquisition. Offerors are responsible for monitoring SAM.gov for any updates or amendments.