IDIQ MATOC Pipeline Dredging
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, plans to issue a solicitation for pipeline dredging services under an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC). This effort aims to establish a pool of four IDCs with a total capacity of $95 Million to address shoaling in deep and shallow draft channels along the Texas coast. The solicitation is anticipated for March 2026, with responses due in April 2026.
Scope of Work
This MATOC will procure pipeline dredging services for various deep and shallow draft channels. Deep draft channels include Sabine-Neches Waterway, Galveston Harbor, Houston Ship Channel, Texas City Ship Channel, Freeport Harbor, Matagorda Ship Channel, Corpus Christi Ship Channel, and Brazos Island Harbor. Shallow draft channels encompass the Gulf Intracoastal Waterway (GIWW) and other channels across multiple Texas counties.
Contract Details
- Contract Type: Indefinite Delivery/Indefinite Quantity (IDIQ) MATOC, with Firm-Fixed Price (FFP) Task Orders.
- Performance Period: 5 years base period, no option periods.
- Total Capacity: $95 Million across all four MATOC IDCs combined.
- NAICS Code: 237990 (Dredging), with a Small Business Size Standard of $37.5 Million.
- Set-Aside: Unrestricted (full and open competition for both large and small businesses).
- Subcontracting Goals: Small Business (39%), Small Disadvantaged Business (6.0%), Woman-Owned Small Business (11%), HubZone Small Business (3.0%), Veteran-Owned Small Business (3.0%), Service Disabled Veteran-Owned Small Business (1%).
Submission & Evaluation
- Acquisition Procedures: Best Value - Technical Only.
- Solicitation Issuance: On or about March 2026.
- Response Date: April 2026 @ 2:00 PM (CST).
- Estimated Award Date: May/June 2026.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.
- Requirements: Offerors must be registered in the Systems for Award Management (SAM) and enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS). Bids without a NIST score may be deemed non-responsible.
- Plans and Specifications: Will be available for download via PIEE; not in paper format.
Additional Notes
A pre-bid conference will be held. For contract inquiries, contact Wes Baskovic at wesley.n.baskovic@usace.army.mil. For technical information, contact Manny Vianzon at emmanuel.a.vianzon@usace.army.mil.