FY26 UPPER WICOMICO RIVER DREDGING PROJECT, WICOMICO COUNTY, MD
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), Baltimore District, is conducting a Sources Sought to identify qualified industry partners for the FY26 Upper Wicomico River Dredging Project in Wicomico County, MD. This is not a Request for Proposal (RFP), but market research to inform future acquisition decisions. Responses are due by May 15, 2026, at 11:00 AM ET.
Scope of Work
The project involves maintenance dredging in the upper half of the Wicomico River to an authorized depth of 14 feet. Approximately 250,000 cubic yards of material (silts, sand, clays, mixed shell, gravel) will be removed using a hydraulic dredge and pipeline. The dredged material will be placed at the existing upland Sharps Point site in Salisbury, MD. Minor construction of two weir boxes at the placement site is also included. The estimated magnitude of construction is $4,000,000.00 to $8,000,000.00, with an approximate duration of 120 calendar days from Notice to Proceed.
Contract & Timeline
- Type: Sources Sought / Market Research (not an RFP)
- NAICS Code: 237990 - Other Heavy and Civil Engineering Construction
- Size Standard: $37,000,000.00 (for small businesses, 40% of volume dredged must be with own equipment or another small dredging concern's equipment)
- Magnitude: $4M - $8M
- Response Due: May 15, 2026, 11:00 AM ET
- Published: April 30, 2026
Submission Requirements
Interested firms must submit a capability statement (maximum 10 pages, 1 PDF file) addressing:
- Firm's name, address, POC, phone, email, CAGE code, and Unique Entity ID.
- SAM registration status (required for award).
- Small business category (e.g., Small Business, SDVOSB, WOSB, HUBZone, 8(a)).
- Prohibition status from doing business with the Federal Government.
- Letter from surety for bonding capacity for a project of this magnitude.
- At least two similar projects (size/scope) within the past six years, including references, floating plant, and final costs.
- Expertise, types/number of equipment, and name/number of personnel, including examples of prior Federal government work.
Additional Notes
This notice is for market research only; it does not guarantee a future RFP or commit the Government to a contract. No reimbursement will be provided for response costs. Telephone inquiries will not be accepted. Vendors must be registered in SAM under NAICS 237990 to be considered for any future award.