Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002)
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, U.S. Army Corps of Engineers (USACE) New Orleans District, is soliciting bids for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 2-2025 (OM25002). This opportunity involves furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge for operations primarily in the Mississippi River Southwest Pass, with potential work in other New Orleans, Galveston, and Mobile Districts. The estimated magnitude of construction for this project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment.
Scope of Work
The primary work consists of providing a fully crewed and equipped self-propelled trailing suction type hopper dredge. Operations will be conducted in the Mississippi River Southwest Pass and may extend to other areas within the New Orleans, Galveston, and Mobile Districts as deemed necessary. All work must adhere to EM 385-1-1 "Safety and Occupational Health Requirement" standards.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Magnitude: Between $10,000,000.00 and $25,000,000.00.
- Set-Aside: This is an Unrestricted Procurement.
- Funding: Award is contingent upon the availability of appropriate funds.
- Period of Performance: Implies a start within 5 calendar days after award, with the specific duration established based on the number of calendar days listed for Item 0002 and potentially Option Item 0003.
Submission & Evaluation
- Submission: Bids must be submitted in sealed envelopes.
- Bid Opening: The exact bid opening date will be announced via a future amendment.
- Acceptance: Offers providing less than 60 calendar days for Government acceptance will not be considered.
- Award Basis: Award will be made to the responsible Bidder presenting the lowest-priced responsive bid.
- Requirements: Offerers must be registered with the System for Award Management (SAM) and provide a bid guarantee of 20% of the bid price or $3,000,000.00, whichever is less. Failure to agree to the "Certification of Non-segregated Facilities" will render the bid non-responsive.
- Compliance: NIST SP 800-171 DoD Assessment requirements apply.
- Bid Lots: Bidders must select and submit for only one of the multiple bid lots included in the solicitation.
Additional Notes
Prospective contractors are encouraged to register as an Interested Vendor on SAM.gov. Inquiries regarding this solicitation should be directed to Contract Specialists Cori A. Caimi at 504-862-1352 (Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (Bambi.L.Raja@usace.army.mil). The solicitation was published on March 25, 2025.