INTRACOASTAL WATERWAY MAINTENANCE DREDGING VICINITY OF BAKERS HAULOVER, MIAMI-DADE COUNTY, FLORIDA.
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 Department of the Army, USACE Jacksonville District, is soliciting proposals for Intracoastal Waterway (IWW) Maintenance Dredging in the vicinity of Bakers Haulover, Miami-Dade County, Florida. This is a Firm-Fixed Price (FFP) contract under a Total Small Business Set-Aside, specifically restricted to contractors previously awarded under Solicitation W912EP-25-R-0010. Proposals are due by May 13, 2026, at 2:00 PM EDT.
Scope of Work
The project involves maintenance dredging the IWW channel and settling basin to a depth of 10 ft (MLLW) within Cut-DA-9. Excavated material will be placed on Bal Harbour Beach, specifically between R-Monuments R-28 and south of R-31. Incidental work includes environmental monitoring, water quality monitoring, benthic surveys, beach fill quality control, vibration control and monitoring, and beach tilling. Specific requirements include a detailed beach template (285 ft berm transitioning to 215 ft, +6.1 ft elevation, 1V:11H slope), special dressing (1V:60H slope), and extensive environmental protections. These protections mandate shorebird monitoring, Piping Plover and Rufa Red Knot protections, sea turtle monitoring and nest relocation, and pre/post-construction seagrass monitoring. Anchoring or spudding of vessels is prohibited in benthic biological resource areas, and strict turbidity monitoring protocols require immediate cessation of work if thresholds (4 NTUs above background in OFW, 29 NTUs outside OFW) are exceeded.
Contract Details
- Contracting Method: FAR Part 15 Contracting by Negotiation - Request for Proposals (RFP)
- Type of Contract: Firm-Fixed Price (FFP)
- Set-Aside: Total Small Business
- NAICS Code: 237990, Dredging and Surface Cleanup Activities (Small Business Size Standard: $37 million)
- Estimated Magnitude: Between $1,000,000.00 and $5,000,000.00
- Period of Performance: 100 calendar days to complete work after Notice to Proceed (NTP); work must commence within 60 calendar days of NTP. Work start is further contingent on completion of turtle monitoring/relocation (65 calendar days after NTP).
- Liquidated Damages: $2,458.00 per calendar day of delay
- Expected Award Date: On or about June 12, 2026
- Expected NTP Date: On or about June 26, 2026 (contingent on timely bond receipt)
Submission & Evaluation
- Proposal Submission Deadline: May 13, 2026, at 2:00 PM EDT
- Submission Method: Electronically via Procurement Integrated Enterprise Environment (PIEE)
- Basis for Award: Lowest Price Technically Acceptable (LPTA)
- Proposal Contents: Volume I (Technical Merit - Dredge(s)), Volume II (Past Performance), Volume III (Price)
- Bid Guarantee: 20% of bid price or $3,000,000.00, whichever is less
- Payment and Performance Bonds: Required within 10 calendar days after Award
- Eligibility: Only contractors awarded a contract under Solicitation W912EP-25-R-0010 are eligible to bid. Offerors must be registered in the System for Award Management (SAM).
Contact Information
- Primary Contact: Nicole M. Batista-Cruz (nicole.m.batista-cruz@usace.army.mil, 904-232-3275)