Missouri River BSNP - Navigation Obstruction Removal (RM 90-91)
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, Kansas City District, issued a solicitation for construction services to remove navigation obstructions on the Missouri River at River Miles 90-91. This opportunity was a 100% Small Business Set-Aside with an estimated value between $1,000,000 and $5,000,000. Bids for this Firm-Fixed-Price contract were due on April 22, 2026.
Scope of Work
The project involves the dismantling, demolition, removal, and disposal of navigation obstructions. All work must be completed by floating plant, as no land access is available, utilizing mechanical methods. Key requirements include lowering obstructions to specified elevations and strict compliance with State and Federal Clean Water Act Guidelines (Sections 404(b)(1) and 401 water quality permits). Detailed drawings indicate removal areas at Berger Bend (RM 90-91), with estimated volumes of 22,000 cubic yards (Berger Upstream) and 10,000 cubic yards (Berger Downstream). The excavated material is expected to be hard Cotter and Jefferson City Dolomite, potentially requiring specialized removal techniques.
Contract Details
- Contract Type: Firm-Fixed-Price.
- NAICS Code: 237990 (Construction Of Unimproved Real Property (Land)), with a Size Standard of $45 Million.
- Estimated Price Range: $1,000,000 to $5,000,000.00.
- Period of Performance: A base period of 390 calendar days after notice to proceed, with an option (CLIN 0002) to extend performance to 560 days.
- Set-Aside: 100% Small Business Set-Aside.
- Solicitation Number: W912DQ26BA011.
Submission & Evaluation (Closed)
Electronic bids were REQUIRED and were due by 10:00 AM CDT on April 22, 2026. The apparent low bidder was required to meet definitive responsibility criteria, including experience with floating plant removal of submerged structures greater than 5,000 cubic yards in riverine environments with water velocities exceeding 4 ft/s, on a contract valued at $1,000,000 or more within the last 10 years. Bidders needed to be registered in SAM, and a bid guarantee was required for bids exceeding $150,000.
Key Dates & Contacts (Past)
- Solicitation Published: March 23, 2026.
- Virtual Site Visit: Held on March 27, 2026.
- Questions Due: April 10, 2026.
- Bids Due: April 22, 2026.
- Primary Contact: Erick Ottoson (erick.s.ottoson@usace.army.mil, 8163893878).
Competitive Landscape (Post-Bid)
An Abstract of Offers (OF 1419) recorded bids from WA ELLIS CONSTRUCTION CO., ADATA HOLDINGS LLC, BLOOMSDALE EXCAVATING COMPANY, INCORPORATED, and DUBUQUE BARGE AND FLEETING SERVICE CO., detailing estimated unit prices for obstruction removal. A Bid Opening Roster and Virtual Site Visit Attendance List are available, providing insights into companies that showed interest in this opportunity.