Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2025 SAM #8683
SOLICITATION NOTICE

Y -- Great Lakes Dredging Multiple Award Task Order Contract (MATOC)

Notice Date
9/2/2025 7:38:56 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST DETROIT DETROIT MI 48226-5000 USA
 
ZIP Code
48226-5000
 
Solicitation Number
W911XK25RA037
 
Response Due
10/2/2025 11:00:00 AM
 
Archive Date
09/02/2026
 
Point of Contact
JOSEPH ORLANDO, Phone: (313) 226-2683, LISA MAY, Phone: (313) 226-3189
 
E-Mail Address
joseph.orlando@usace.army.mil, Lisa.M.May@usace.army.mil
(joseph.orlando@usace.army.mil, Lisa.M.May@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The U.S. Army Corps of Engineers (USACE) Detroit District is seeking contractors with the capabilities to provide construction and dredging services under the Great Lakes Dredging MATOC. Total cumulative value of the contract shall not exceed $180 million each MATOC will include a five-year ordering period for individual task orders used for maintenance dredging and associated construction services within the boundaries of USACE Buffalo, Chicago, and Deroit Districts. Task orders are anticipated not to exceed $6M.Task orders issued under this MATOC will require the contractor to mobilize dredge to the project location, dredge material as shown on the respective plan(s), placement of dredged material which may include beach nourishment, open water placement, CDFs, DMDFs, or alternative placement strategy as indicated in individual task orders and demobilize once complete. Other associated work such as minor, incidental maintenance at placement locations may be required on a task order basis to facilitate ongoing and future dredging operations. The contractor will be responsible for all labor, equipment, and materials associated with each respective task order. The associated North American Industry Classification System (NAICS) Code is 237990 ? Other Heavy and Civil Engineering Construction (Exception) which has a small business size standard of $37M in average annual receipts. This Request for Proposal (RFP) is being solicited as 100% Total Small Business set-aside and the Government intends to make an award to each and all qualifying offerors. A qualifying offeror is an offeror determined to be a responsible source, submits a technically acceptable proposal which conforms to the requirements of the solicitation, and the Contracting Officer has no reason to believe would be likely to offer other than fair and reasonable pricing. In accordance with FAR 15.304(c)(l)(ii)(A)(3), Evaluation Factors for Certain MATOC or Indefinite Delivery Indefinite Quantity (IDIQ) Contract, cost or price will not be an evaluation factor for award of base contracts. Price will become an evaluation factor for award at the task order level.Pre-Proposal Conference; a virtual pre-proposal conference is being held on September 16, 2025, for industry to answer questions or inquiries. See solicitation for meeting details. The solicitation package materials, documents, specifications, and attachments to the solicitation will be available only electronically and via the PIEE Solicitation Module and SAM.gov which is free of charge. Hard copy documents will NOT be supplied by the Government to any interested parties as a result of this solicitation notice. Please note the Government will not be maintaining a bidders list during the solicitation period. Vendors are strongly encouraged to review the Interested Vendors List found on SAM.gov for this solicitation. In order for interested contractors to conduct business with the Federal Government, contractors must be registered in the System for Award Management (SAM) and PIEE Solicitation Module prior to proposal submission. Contractors can access SAM free of charge at www.sam.gov and PIEE at https://piee.eb.mil/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d8f4fca8dde64bba9d4a6c0a622b80ab/view)
 
Place of Performance
Address: Great Lakes Districts Detroit, Buffalo, and Chicago
 
Record
SN07574562-F 20250904/250902230048 (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.