James River Maintenance Dredging IDIQ
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, Norfolk District, intends to issue an Invitation for Bids (IFB) for a 5-year Single Award Task Order Contract (SATOC) IDIQ for James River Maintenance Dredging between Rocklanding Shoal and Richmond Harbor Channel. This is a PRE-SOLICITATION NOTICE for a 100% Total Small Business Set-Aside opportunity. The contract's total value is not to exceed $75,000,000 over its life, with an estimated magnitude of construction between $25,000,000 and $100,000,000. The IFB is anticipated to be posted in Q3 FY2026, with an award in Q4 FY2026.
Scope of Work
The requirement involves maintenance dredging using a hydraulic cutter-head dredge in various shoals across the Lower, Middle, and Upper James River segments. Key areas include Rocklanding, Tribell, Goose Hill, Dancing Point to Swann Point, Jordan Point-Harrison Bar Channel to Windmill Point, City Point, Richmond Deepwater Terminal (RDWT), and Hopewell channels. Dredging depths are maintained at -25 feet MLLW (Rocklanding to RDWT) and -18 feet MLLW (RDWT to Richmond Harbor), with one foot of advance maintenance and one foot of allowable over-depth. Annual maintenance is estimated to generate up to 2 million cubic yards of pay volume.
Contractor responsibilities include:
- Dredging within designated areas to specified depths.
- Maintaining an average daily plant production rate of 7,500 cubic yards per day.
- Achieving pumping distances exceeding 10,000 linear feet for material placement.
- Performing earthwork, including spur and containment dike construction and management.
- Discharging material at Government-furnished placement sites (overboard for Lower/Middle James, upland for Upper James).
- Replacing spillway structures and performing earthwork, grubbing, seeding, and grading at upland placement sites.
- Communicating with Port of Virginia maritime users to minimize operational impacts.
Contract & Timeline
- Contract Type: 5-year SATOC IDIQ (Sealed Bidding, FAR Part 14)
- Estimated Value: Not to exceed $75,000,000
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 237990 "Dredging and Surface Cleanup Activities" (Size Standard: $37,000,000)
- Anticipated IFB Posting: Third Quarter Fiscal Year 2026
- Anticipated Award: Fourth Quarter Fiscal Year 2026
- Response Period: 30 calendar days from IFB posting
Bidder Requirements & Evaluation
This acquisition will be awarded to the responsible bidder offering the best overall value through the IFB, Sealed Bid process. Bid bonds will be required. A Pre-Award Survey will be conducted for the apparent low bidder to assess responsibility, including:
- Current commitments and completion dates.
- Signed bank reference demonstrating adequate financial resources.
- Latest three complete fiscal year financial statements (certified or signed by authorized officer).
Important Notes
This is a PRE-SOLICITATION NOTICE; do not submit bids or questions. The IFB and accompanying documents will be issued electronically on PIEE (https://piee.eb.mil/). Prospective bidders are responsible for monitoring PIEE and SAM.gov for the solicitation, amendments, and other information. A project site visit is anticipated, with details to be included in the IFB. Inquiries must be directed to Projnet as specified in the forthcoming solicitation. Offerors must be registered in SAM.gov.