Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009)
SOL #: W912P824B0019Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W07V ENDIST NEW ORLEANS
NEW ORLEANS, LA, 70118-3651, United States
Place of Performance
New Orleans, LA
NAICS
Other Heavy and Civil Engineering Construction (237990)
PSC
Construction Of Dredging Facilities (Y1KF)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Feb 7, 2024
2
Last Updated
Mar 6, 2024
3
Submission Deadline
Mar 6, 2026, 5:00 PM
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, New Orleans District (USACE), has issued a Solicitation for the Mississippi River Baton Rouge to Gulf of Mexico Southwest Pass Hopper Dredge Contract No. 9-2024 (OM24009). This project requires furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge for work in the Mississippi River Southwest Pass and potentially other areas within the New Orleans, Galveston, and Mobile Districts. This is an unrestricted procurement. The estimated magnitude of construction is between $10,000,000.00 and $25,000,000.00.
Scope of Work
The work involves:
- Furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge.
- Performing dredging operations in the Mississippi River Southwest Pass.
- Potential work in other areas of the New Orleans, Galveston, and Mobile Districts as deemed necessary.
- All work must adhere to EM 385-1-1 "Corps of Engineers Safety and Health Requirements Manual", latest edition.
Contract Details
- Contract Type: Firm-fixed-price.
- Set-Aside: Unrestricted procurement.
- Funding: Award is contingent upon the availability of appropriate funds.
- Period of Performance: To be established by amendment (see Paragraph 00010-1.5).
- Performance Start: Within 5 calendar days after award.
- Completion: Within a specified number of calendar days after award.
- Requirements: Performance and payment bonds are mandatory.
Submission & Evaluation
- Bid Opening Date: To be established by amendment.
- Offer Due Date: Sealed offers are due by 11:00 AM local time on the date specified in a future amendment.
- Acceptance Period: Offers providing less than 60 calendar days for Government acceptance will be rejected.
- Award Basis: Award will be made to the responsible bidder presenting the lowest-priced responsive bid.
- Bid Lots: Bidders must select only one bid lot.
- Virtual Bid Opening: Instructions will be provided in Section 0010.
Additional Notes
- Prospective contractors must be registered in the System for Award Management (SAM) and possess a Unique Entity ID from SAM.gov.
- Inquiries regarding this solicitation should be directed via email to Cori.A.Caimi@USACE.ARMY.MIL or **veronica.garner@usace.army.mil}.
People
Points of Contact
Cori A. CaimiPRIMARY
Bambi RajaSECONDARY
Files
Files
Versions
Version 2Viewing
Solicitation
Posted: Mar 6, 2024
Version 1
Pre-Solicitation
Posted: Feb 7, 2024