Sources Sought - FY26 Savannah Inner Harbor Dredging Project
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 Savannah District Corps of Engineers is conducting market research through a Sources Sought notice for the FY26 Savannah Inner Harbor Maintenance Dredging Project. This is not a solicitation but seeks information on contractor capabilities for maintenance dredging in the Savannah Inner Harbor, Georgia and South Carolina. Responses, including a completed Information Sheet, are due by April 15, 2026, at 1:00 PM EDT.
Scope of Work
This project involves furnishing personnel, transportation, mobilization/demobilization, equipment, and materials for maintenance dredging. The work is traditionally performed with a hydraulic cutterhead dredge, with an expected duration of one year from Notice to Proceed. Up to 5.6 million cubic yards of material are anticipated to be removed from the deep draft Savannah Harbor navigation project. Key areas include the Kings Island Turning Basin (KITB), which requires dredging twice annually (up to 1.5 million cubic yards).
Key Requirements & Considerations
- Location: Savannah Inner Harbor, GA (Chatham County) and SC (Jasper County), with specific channel depths outlined.
- Disposal: Majority of dredged material must be placed in upland confined disposal areas (DMCAs 12A, 13A, 13B, Jones Oysterbed Island, 14A, 14B, 2A, 1N), with various ownerships and existing easements/MOUs.
- Environmental Windows: Strict limitations on dredging timing due to Striped Bass spawning (April 1 - May 15), dissolved oxygen (July 1 - September 30), and sturgeon aggregation (May 1 - October 31).
- Cadmium (Cd) Testing: Government will test O&M sediments; if Cd levels are ≥ 14 mg/kg, special handling and disposal in specific DMCAs will be required.
- Obstructions: Contractors must remove encountered obstructions that cannot be removed by a hydraulic pipeline dredge. The dredge must act as a probe.
- Contract Options: Include Cd dredging with placement to DMCA 14B and maintenance dredging as cap material.
Response Requirements (A.02 - POC Contact Information.pdf)
Interested firms must complete an Information Sheet providing:
- Firm Details: Name, address, POC, website, UEI, CAGE code.
- Business Size: Designation (HUBZone, 8(a), SDVOSB, SDB, WOSB, Large Business) with SAM.gov verification.
- Bonding Capability: Single and aggregated bonding information.
- Capability Statement: Detailed responses on dredge capabilities, including pumping capacity, elevation change, dredging depth, ability to operate in high river surface velocity, significant tidal range, ship traffic, and various material types. Recommendations for contract competitiveness are also requested.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- NAICS: 237990 (Exception) - $37 million size standard
- Construction Magnitude: $25,000,000.00 and $100,000,000.00
- Response Due: April 15, 2026, 1:00 PM EDT
- Published: April 1, 2026
- Set-Aside: None specified (for market research purposes)
Contact Information
Inquiries must be submitted via email to:
- Contract Specialist: Mr. Rohan Bryan (rohan.a.bryan@usace.army.mil)
- Contracting Officer: Msgt Paul Gaeth (Paul.R.Gaeth@usace.army.mil)