FY26 Brazos Island Harbor (BIH) Texas, Entrance and Jetty Channel Hopper Maintenance Dredging, Cameron County, Texas
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, Galveston District, intends to issue an Invitation for Bid (IFB) for FY26 Brazos Island Harbor (BIH) Entrance and Jetty Channel Hopper Maintenance Dredging in Cameron County, Texas. This Unrestricted opportunity is for a single Firm Fixed Price (FFP) construction contract with an estimated value between $5,000,000 and $10,000,000. The solicitation is expected to be available around June 2026, with proposals due around July 2026.
Scope of Work
The primary objective is maintenance dredging of the BIH Entrance and Jetty Channels, involving approximately 350,000 cubic yards (CY) of material. This material will be placed at Near Shore Feeder Berm 1A and 1B. Specific tasks include:
- Dredging and beach placement
- Site security measures
- Topographic surveys (pre-, during, and post-construction)
- Demobilization and site cleanup
- Related ancillary work
The project includes five option Contract Line Item Numbers (CLINs):
- Options 1-3 & 5: Sea Turtle Trawling
- Option 4: Beach Placement at two locations on South Padre Island (in lieu of nearshore placement)
Contract & Timeline
- Opportunity Type: Pre-Solicitation Synopsis (W912HY26BA026)
- Contract Type: Single Firm Fixed Price (FFP) construction contract via Invitation for Bid (IFB)
- Estimated Magnitude: $5,000,000 to $10,000,000
- Performance Period: 62 days from Notice to Proceed (NTP)
- Set-Aside: Unrestricted
- NAICS Code: 237990 – Other Civil and Civil Engineering Construction (Size Standard: $45,000,000)
- Solicitation Availability: On or about June 2026
- Proposals Due: On or about July 2026
- Published Date: May 12, 2026
Requirements & Subcontracting Goals
Bid Bonds and Payment Bonds (100% of awarded contract) will be required. Vendors must be actively registered in the System for Award Management (SAM) prior to bidding. Small Business Concerns are strongly encouraged to explore Joint Ventures, Mentor-Protégé Agreements, and other teaming arrangements.
Subcontracting goals for this procurement are:
- Small Business: 39%
- Small Disadvantage Business: 6%
- Women-Owned Small Business: 11%
- Service Disabled Veteran-Owned Small Business: 1%
- Hub-Zone and Veteran Owned Small Business: 3%
Additional Information
No pre-solicitation conference or organized site visit is currently planned. Any updates will be provided via amendments to the solicitation on Sam.gov and PIEE.
Contact: Christy Slater (Christy.L.Slater@usace.army.mil).