Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Maintenance Dredging, Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, Cutterhead Dredge No. 3-2025 (OM25277)
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 New Orleans District, is soliciting proposals for Mississippi River Southwest Pass Maintenance Dredging, specifically for Non-Continuous Mile 6.0 AHP to Mile 19.5 BHP, using Cutterhead Dredge No. 3-2025. This Unrestricted Procurement requires a fully crewed and equipped cutterhead dredge with a 30-inch or greater inside diameter discharge. The estimated magnitude of construction is between $10,000,000 and $25,000,000. Amendment 0001 has been issued, modifying various solicitation sections and clarifying inquiry procedures.
Scope of Work
The work involves furnishing one fully crewed and equipped cutterhead dredge, complete with all attendant plant and crew. Operations will primarily occur in the Mississippi River Southwest Pass Area, with potential work in other areas of the New Orleans District. Mandatory compliance with EM 385-1-1 "Safety and Occupational Health Requirements" is required. The amendment details "Additional Pumping Capability" as option items.
Contract Details
- Type: Firm-fixed-price.
- Magnitude: $10,000,000.00 to $25,000,000.00.
- Set-Aside: Unrestricted Procurement.
- Period of Performance: Completion within 52 calendar days after notice to proceed (within 2 calendar days of award).
- Requirements: Performance and payment bonds are mandatory.
Key Changes (Amendment 0001)
Amendment 0001 modifies Solicitation W912P826BA060, updating instructions for inquiries and making numerous revisions across the document. Key changes include:
- Updates to the Bidding Schedule, Bid Form Notes (including a revised Rapid Vendor Payment link), and Conditions of Contract Award.
- Revisions to Bidder Qualifications, updating a date from "OCT 2018" to "NOV 2024".
- Clarification on the government's ability to waive pre-award inspections of plant.
- Detailed additions regarding "Additional Pumping Capability" option items.
- Changes to clauses concerning Commencement, Prosecution, and Completion of Work, and Payment for Mobilization and Demobilization.
- Updates to Contract Administration (transition to Construction Management Platform) and Bird Nesting Prevention and Avoidance Measures.
- Modifications to Section 35 20 23.23, including payment terms for mobilization/demobilization, new paragraphs for additional pumping capability equipment, and revisions to dredge discharge pipeline requirements.
Submission & Inquiries
The bid opening date has not yet been set and will be established in a future amendment. Offers will be evaluated based on the lowest priced responsive bid, with a pre-award survey required for the apparent low bidder. Prospective contractors must be registered with the System for Award Management (SAM). All inquiries regarding this solicitation must be submitted via Bidder Inquiry in ProjNet by Monday, May 4, 2026, 10:00 AM Central Time. Emailed inquiries will not be accepted. Bidders must provide a "Cutterhead Dredge and Attendant Plant Data Sheet."
Contacts
- Primary: Cori A. Caimi (Cori.A.Caimi@usace.army.mil, 504-862-1352)
- Secondary: Bambi Raja (Bambi.L.Raja@usace.army.mil, 504-862-1499)