Passes of the Mississippi River, South Pass, Maintenance Dredging ( Non-Continuous), Plaquemines Parish, LA ED-25-004
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, New Orleans District (W07V ENDIST NEW ORLEANS) is soliciting bids for Maintenance Dredging (Non-Continuous) of the South Pass of the Mississippi River in Plaquemines Parish, Louisiana. This project, identified as ED-25-004, involves dredging shoal material to maintain navigation depths. The estimated construction magnitude is $25,000,000 to $100,000,000. The original bid opening date of September 16, 2025, has been postponed, and a new date will be announced in a future amendment. Questions regarding the solicitation are due by September 3, 2025, at 2:00 PM CST.
Scope of Work
The project requires dredging shoal material from South Pass within specified limits to an elevation of -23.5' MLLW over a 300' bottom width. Dredged material must be satisfactorily disposed of at designated sites. All work must adhere to EM 385-1-1 "Corps of Engineers Safety and Health Requirements Manual," dated March 2024.
Contract & Timeline
- Type: Firm Fixed Price
- Magnitude: $25,000,000 to $100,000,000
- Period of Performance: 10 calendar days for commencement after Notice to Proceed, with 385 calendar days for completion.
- Set-Aside: Unrestricted Procurement
- Questions Due: September 3, 2025, at 2:00 PM CST
- Bid Opening: Postponed from original September 16, 2025, date. A revised amendment will provide the new date.
- Bonds: Performance and Payment Bonds are required.
Key Changes (Amendment 0001)
Amendment 0001 to solicitation W912P825B0047 introduces several critical modifications:
- Bid Opening Postponement: The original bid opening date of September 16, 2025, has been postponed. A new date will be issued in a subsequent amendment.
- SF 1442 Correction: Page 1 of the SF 1442 form has been updated with the correct project title.
- Specification Revisions: Extensive changes to specifications, including:
- Replacement of the entire Bidding Schedule (Section 00010).
- Revised language for Payment for Mobilization and Demobilization (Section 00700).
- Updates to Quantity Surveys, Dredging, and Dike/Closure Construction (Section 35 20 23.00 12), including date changes (e.g., "May 2024" to "July 2025") and payment terms.
- Revision of maximum elevations for several disposal areas (Leblanc, Windham, South Pass Spit) from +8.0' NAVD88 to +6.0' NAVD88.
- Drawing Updates: Specific drawing numbers (G-03 and C-05 thru C-28) have been deleted and replaced with revised versions.
- Vendor Questions: Responses to vendor questions will be provided in a future amendment.
- Remaining Terms: All other terms and conditions of the original solicitation remain unchanged unless explicitly modified by this amendment.
Submission & Evaluation
Bids may be submitted electronically via email or physically. Bidders should note that hand-carried bids may experience delays. The government will evaluate offers for award by adding the total price for all options to the total price for the basic requirement. Evaluation of options does not obligate the government to exercise them. Prospective contractors must be registered in SAM and use their Unique Entity ID.
Contacts
- Primary: Melissa A. Vaughn (melissa.a.vaughn@usace.army.mil, 504-862-2762)
- Secondary: Shaun McAfee (Shaun.A.Mcafee@usace.army.mil, 504-862-2918)