Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 5-2025 (OM25005)
SOL #: W912P825B0012Pre-Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W07V ENDIST NEW ORLEANS
NEW ORLEANS, LA, 70118-3651, United States
Place of Performance
Plaquemine, 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 4, 2025
2
Last Updated
Mar 25, 2025
3
Response Deadline
Feb 28, 2027, 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 U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 5-2025 (OM25005). This Unrestricted Procurement (IFB NO. W912P825B0012) requires furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge. The estimated magnitude of construction is between $10,000,000 and $25,000,000. The bid opening date will be established by a future amendment.
Scope of Work
- Furnish one fully crewed and equipped self-propelled trailing suction type hopper dredge.
- Perform dredging operations in the Mississippi River Southwest Pass.
- Potential work in other areas of the New Orleans, Galveston, and Mobile Districts.
- Compliance with EM 385-1-1 "Safety and Occupational Health Requirements" is mandatory.
Contract Details
- Contract Type: Firm Fixed-Price Solicitation (IFB NO. W912P825B0012)
- Set-Aside: Unrestricted Procurement
- Magnitude of Construction: Between $10,000,000 and $25,000,000
- Period of Performance: Not explicitly stated; bid opening date to be established by amendment.
- Funds: Subject to availability.
Submission & Evaluation
- Bid Opening: To be established by future Amendment.
- Proposal Submission: Sealed offers are due by 10:30 AM local time on a date to be established by amendment.
- Offer Acceptance Period: Offers must provide at least 60 calendar days for Government acceptance.
- Evaluation: Award will be made to the responsible Bidder presenting the lowest-priced responsive bid.
- Eligibility: Offerors must be registered in the System for Award Management (SAM) at www.sam.gov.
Contact Information
- 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)
People
Points of Contact
Cori A. CaimiPRIMARY
Bambi RajaSECONDARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Solicitation
Posted: Mar 25, 2025
Version 1Viewing
Pre-Solicitation
Posted: Feb 4, 2025