SOLICITATION NOTICE
Y -- MISSISSIPPI RIVER BASIN MECHANICAL DREDGING INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ)
- Notice Date
- 7/16/2025 12:12:01 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
- ZIP Code
- 61299-5001
- Solicitation Number
- W912EK25BA006
- Response Due
- 9/19/2025 8:00:00 AM
- Archive Date
- 10/04/2025
- Point of Contact
- Kate Behrens, Jeffrey R. Voss
- E-Mail Address
-
Katherine.D.Behrens@usace.army.mil, Jeffrey.R.Voss@usace.army.mil
(Katherine.D.Behrens@usace.army.mil, Jeffrey.R.Voss@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- The US Army Corps of Engineers, Rock Island District, seeks capable firms to perform maintenance dredging, by mechanical dredge, within the Districts Area of Responsibility (AOR) of the Mississippi River Federal Navigation Project. The awarded contractor will be responsible for maintenance dredging within the federal navigation channel and small boat harbors to authorized depths at least 2,000 cubic yards (CY) per day, or 10,000 cubic yards per week, transporting dredged material safely to the designated placement sites up to 12 river miles from the dredging area, and then placement of the dredged material in the Government furnished placement site. Placement site types include upland, bankline, and thalweg. In addition, the upland placement sites identified may require earthwork, grubbing, seeding, grading, and other preparatory work to ensure effluent water leaving the designated upland placement site meets State water quality requirements. Communicating with Lockmasters and maritime users to minimize impacts to vessel traffic, adjacent utilities, and dredging operations will be required. Contractor will also be responsible for furnishing all plant, labor, operators, supervision, equipment, transportation, supplies, materials, and incidentals the satisfactorily perform this work. NAICS CODE: 237990 SIZE STANDARD: $45,000,000 ESTIMATED RANGE: $10,000,000 TO $25,000,000 PERIOD OF PERFORMANCE: FIVE (5), 365 DAY ORDERING PERIODS GUARANTEED MINIMUM: $50,000.00 CONTRACT MIN/MAX: $50,000.00/$25,000,000.00 ORDER MIN/MAX: $2,000.00/$2,000,000.00 UNRESTRICTED INVITATION FOR BID
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1291026799aa486281acfb95d62ad524/view)
- Place of Performance
- Address: Rock Island, IL, USA
- Country: USA
- Country: USA
- Record
- SN07511568-F 20250718/250716230047 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |