Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2025 SAM #8732
SOLICITATION NOTICE

Z -- FY26 Double Bayou Maintenance Dredging

Notice Date
10/21/2025 8:11:30 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W076 ENDIST GALVESTON GALVESTON TX 77550-1229 USA
 
ZIP Code
77550-1229
 
Solicitation Number
W912HY26BA005
 
Archive Date
11/05/2025
 
Point of Contact
Sarah Eisele, Mirian Tudor, Phone: 4097663963
 
E-Mail Address
Sarah.M.Eisele@usace.army.mil, mirian.r.tudor@usace.army.mil
(Sarah.M.Eisele@usace.army.mil, mirian.r.tudor@usace.army.mil)
 
Description
Pre-Solicitation Synopsis W912HY26BA005 The U. S. Army Corps of Engineers, Galveston District Office requires a contract for the FY26 Double Bayou. 100% Small Business Set Aside. Please NOTE this solicitation requires offerors to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to responding to this solicitation. The NIST score is a responsibility item. Bids/offers from contractors with a NIST score in SPRS will be considered responsible and evaluated/considered for award. Those without a NIST score in SPRS may be deemed NON-RESPONSIBLE and thus not evaluated/considered for award. For NIST compliance See Section 00 72 00 Contract Clauses, 252.204-7020 and 252.204-7012. THE WORK CONSISTS OF: Deep Maintenance Dredging of the Double Bayou. Schedule 1 includes dredging of approximately 343,565 cubic yards (CY) of the Double Bayou Sections 1-8. Option 1 is for maintenance dredging of the Double Bayou Sections 9-10 for approximately 55,480 CY. Option 2 is for maintenance dredging of the Double Bayou for approximately 5 Net Ton (2,000 LB). Contractor should be familiar with the traffic conditions of the Double Bayou Channel. Completion Time for Schedule No. 1 for this project is estimated at 189 calendar days after receipt of the Notice to Proceed. Completion Time for Option No. 1 for this project is estimated at 19 additional calendar days onto the period of performance after receipt of the Notice to Proceed. Completion Time for Option No. 2 for this will have no additional calendar days added to the period of performance. The Government may exercise Option No. 2 prior to completion of Section 8, Schedule No. 1. The contractor may not have to remove debris in section 9-10 unless Option 1 is executed. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in an amount to be determined for each calendar day of delay until the work is completed or accepted. The solicitation issued will be a firm-fixed price contract award. Estimated magnitude for this effort is estimated between $1,000,000.00 - $5,000,000.00. Bonding Requirements - The Contractor will be required to provide the Performance and Payment Bonds within 5 calendar days after award. The contractor shall begin work within 10 calendar days after receipt of the Notice to Proceed. Furnish pre-award documents within 3 working days after Bid Opening. Prior Government contract work is not required for submitting a response to the Solicitation. The Solicitation issued will be Firm Fixed Price. This solicitation is subject to the availability of funds. The Solicitation will be 100% set aside for small business competition. The Solicitation will be issued in or around DECEMBER 2025. Response date on or about JANUARY 2025. This Presolicitation notice is related to the Sources Sought notice W912HY-25-X-4655 posted on SAM.gov on 24 October 2024. The North American Industrial Classification System (NAICS) Code applicable to this project is 237990. The Small Business Size Standard is $37 Million for Dredging and Surface Cleanup Activities. Availability of plans and specification on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, DASA(P)POLICY 21-81, DATED 20 AUGUST 2021 Contractors may view and/or download the Invitation for Bid (IFB) and all amendments at the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/ . Plans and specification will not be available in paper format or on compact disc. It is the offeror�s responsibility to monitor the PIEE Solicitation Model daily (using the above link) for plans, specification, and amendments to the solicitation. All bids are to be submitted per Section 00 21 00, Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. To register as an �Interested Vendor�, visit https://sam.gov/content/home . Offerors must be registered with the Systems for Award Management (SAM), in order to receive a government contract award. To register, the SAM Internet address is: https://sam.gov/content/home . RECOMMEND OFFERS BE SUBMITTED AT LEAST �2 HOURS� PRIOR TO �RESPONSE TIME� TO ALLOW FOR ELECTRONIC TRANSMISSION. ATTENTION TO OFFEROR(s)/CONTRACTOR(s): EFFECTIVE MARCH 22, 2018, YOU MUST SUBMIT A NOTARIZED LETTER APPOINTING THE AUTHORIZED ENTITY ADMINISTRATOR BEFORE YOUR REGISTRATION WILL BE ACTIVATED. THIS REQUIREMENT NOW APPLIES TO BOTH NEW AND EXISTING ENTITIES. MAKE SURE YOUR SAM PROFILE INCLUDES �ALL AWARDS� AND NOT JUST �FEDERAL ASSISTANCE AWARDS� AS THIS OPTION IS ONLY FOR GRANTS AND COOPERATIVE AGREEMENTS. PLEASE VISIT https://sam.gov/content/home FOR MORE INFORMATION. The Contract Specialist for this Solicitation will be Ms. Sarah Eisele, (409) 766-3036; E-mail: Sarah.M.Eisele@usace.army.mil between the hours of 8:00 AM to 4:00 PM, Monday through Friday, excluding Federal Holidays.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6d9391111275483ea8d1f931108e822f/view)
 
Place of Performance
Address: Galveston, IN, USA
Country: USA
 
Record
SN07623996-F 20251023/251021230041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.