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 Firm Fixed-Price contract, valued between $5,000,000 and $10,000,000, requires the removal and permanent placement of approximately 300,000 to 450,000 cubic yards of stockpiled dredge material from Corps Island, near Diamond Bluff, WI. The contractor will be responsible for providing suitable disposal capacity. This is a Total Small Business Set-Aside. Offers are due by March 10, 2026, at 02:00 PM local time.
Scope of Work
The project involves the hydraulic and/or mechanical excavation and removal of dredge material from Corps Island, which lacks road access. The winning bidder must secure and utilize readily available commercial or beneficial use sites for permanent material placement. Disposal sites must not contain culturally or environmentally sensitive areas, and contractors must prevent disturbance or discharge into wetlands, bearing the cost of any necessary environmental mitigation. Detailed engineering plans specify berm side slopes (1V:3H), maximum removal depth (10' below Low Control Pool), and work limits (8.2 acres). Attachment 1 Sediment Data provides critical environmental analysis results (PAHs, PCBs, heavy metals, physical properties) for bidder assessment.
Contract Details
- Contract Type: Firm Fixed-Price (Invitation for Bid - IFB)
- Estimated Value: $5,000,000 - $10,000,000
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
- Product Service Code: Z1KF (Maintenance Of Dredging Facilities)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: 730 calendar days after Notice to Proceed
- Place of Performance: Red Wing, MN (vicinity of Diamond Bluff, WI)
- Issuing Office: W07V ENDIST ST PAUL, Department of the Army
Submission & Evaluation
- Offers Due: March 10, 2026, at 02:00 PM local time.
- Submission Method: Electronic via the Procurement Integrated Enterprise Environment (PIEE) suite.
- Mandatory Requirements: Offerors must be registered in SAM.gov with an active account and completed Representations and Certifications. A bid guarantee (20% of bid price or $3,000,000.00, whichever is less) is required, along with Performance and Payment Bonds.
- Inquiries: Must be submitted via the ProjNet system (https://www.projnet.org) no later than 10 days prior to bid opening.
Important Notes / Amendments
Multiple amendments have been issued. Notably, Amendment W912ES26BA0010003 clarifies that the winning bidder is responsible for providing disposal capacity. Amendment W912ES26BA0010001 and Attachment 2 update the wage determination to MN20260236 (effective 01/02/2026), which supersedes the previous 2025 version and is crucial for labor cost calculations. Amendment W912ES26BA0010004 removes FAR clause 52.222-49. Bidders must carefully review all amendments and attachments for accurate proposal preparation.