Inland Waterway Cheseapeake and Delaware Canal Maintenance 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.
PURPOSE: The U.S. Army Corps of Engineers, Philadelphia District, is issuing an Invitation for Bid (IFB) for a Firm Fixed-Price (FFP) construction contract for the Inland Waterway CD Canal Maintenance Dredging Project. DESCRIPTION: Contract work will consist of maintenance dredging at various locations along the Inland Waterway Chesapeake and Delaware Canal and Upper Cheasapeake Bay portion of this project. Base work shall include dredging of the canal from Station 00+000 to Station 250+440. From Station 99+000 to Station 250+440 dredging will be required to a distance of 25 feet outside the channel limits where shoaling occurs along the channel edge within the authorized channel limits. Dredging will be required to a depth of 36 foot MLLW (Datum) plus 1 foot allowable depth within the contract work limits shown on the drawings from station 00+000 to Station 99+000, with no side slopes delineated and/or paid for. Dredging will be required to a depth of 35 foot MLLW (Datum) plus 1 foot allowable depth within the contract work limits shown on the drawings from Station 99+000 to Station 250+411, with no side slopes delineated and/or paid for. All dredging (hopper, hydraulic, or bucket) is restricted during the period between April 1 and September 30 annually in order to minimize impacts to migratory fish. DISCLOSURE OF MAGNITUDE OF THE PROPOSED CONSTRUCTION PROJECT: $10,000,000 and $25,000,000. NAICS CODE AND SBA SIZE STANDARD: 237990, Dredging and Surface Cleanup Activities, Size Standard $37.0M. PERIOD OF PERFORMANCE: 120 Calendar Days from the Notice to Proceed (NTP). Pre-Bid Site Visit: The pre-bid site visit has been scheduled for Wednesday, 20 August 2025 at 10:00 AM Eastern Daylight Time (EDT), at Reedy Point South Entrance, Approximately 750 feet East of Reedy Point Bridge along Dutch Neck Road Middletown, DE 19709. There will only be one site visit. Bidders should inspect the job site prior to submitting an offer. Bidders should take such other steps as may be reasonably necessary to ascertain the nature and location of the work and the general and local conditions that can affect the work or the cost thereof. Failure to do so will not relieve offerors from the responsibility for properly estimating the difficulty or cost of successfully performing the work. The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers, agents or employees, unless included in the solicitation, the specifications or related documents. REGISTRATION: Only registered persons will be permitted to attend the site visit. In addition to the information below, please also provide your firms name, firms CAGE and/or Unique Entity Identifier (a 12-character alphanumeric ID assigned to an entity by SAM.gov and formerly known as DUNS) number, and name and position title of primary point-of-contact and their telephone number and email address. NAP POCs for Registration: For questions and/or concerns regarding the Site Visit, please contact Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil. Please submit all site visit request forms to Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil and Brandon Mormello at Brandon.R.Mormello@usace.army.mil. SYSTEM FOR AWARD MANAGEMENT (SAM): Bidders are required to be registered in the System for Award Management (SAM) database (https://sam.gov) and PIEE at the time a bid is submitted in order to comply with the annual representations and certifications requirements. Registration for PIEE is required as this is the only place bids shall be submitted. Bids must be submitted in PIEE Solicitation Module. ADDITIONAL INFOMRATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM.gov website, https://sam.gov and PIEE Solicitation Module. It is and will continue to be the responsibility of all potential Bidders to monitor the SAM.gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.