Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2025 SAM #8741
SOURCES SOUGHT

Z -- FY26 GIWW Matagorda Bay to Corpus Christi Bay Maintenance Dredging with Goose Island Beneficial

Notice Date
10/30/2025 9:56:10 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W076 ENDIST GALVESTON GALVESTON TX 77550-1229 USA
 
ZIP Code
77550-1229
 
Solicitation Number
W912HY-26-S-1AU9
 
Response Due
11/10/2025 8:00:00 AM
 
Archive Date
11/25/2025
 
Point of Contact
Wes Baskovic, Mirian Tudor
 
E-Mail Address
wesley.n.baskovic@usace.army.mil, Mirian.R.Tudor@usace.army.mil
(wesley.n.baskovic@usace.army.mil, Mirian.R.Tudor@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS TITLE: FY26 GIWW Matagorda Bay to Corpus Christi Bay Maintenance Dredging with Goose Island Beneficial Notice Type: SOURCES SOUGHT SYNOPSIS Source Sought Number: W912HY-26-S-1AU9 The U.S. Army Corps of Engineers, Galveston District has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS ANNOUNCEMENT SEEKS INFORMATION FROM INDUSTRY, WHICH WILL BE USED FOR PRELIMINARY PLANNING PURPOSES. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. REPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged (ED/Woman Owned (WO), Woman Owned (WO) and Woman-Owned Small Business (WOSB). The Government must ensure there is adequate competition of responsible firms. Project Information: The work consists of maintenance dredging via pipeline: Schedule - Maintenance dredging of the Gulf Intracoastal Waterway (GIWW) between Matagorda Bay to Corpus Christi Bay totaling approximately 950,000 CY. Placement areas are primarily open water (OWPAs 122-125), and semi-confined beneficial use sites (BUS B). Option 1 - approximately 150,000 CY with placement at Goose Island (beneficial use marsh placement). An additional 30 calendar days will be added to contract duration if awarded. Option 2 - Lydia Ann Channel. Maintenance dredging of approximately 150,000 CY with open water placement. An additional 30 calendar days will be added to contract duration if awarded. Placement will be in open water PAs 141-144. Period of performance: Complete the entire work ready for use not later than 145 calendar days after the date the Contractor receives the Notice to Proceed with 60 Calendar days of optional line items. The contractor will be required to maintain an average production rate of 12,000 Cubic Yards (CY) a day. In accordance with FAR 36 / DFARs 236, the estimated construction price range for this project is Between $5,000,000 and $10,000,000. All construction performance must comply with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State, and local laws, ordinances, codes and/or regulations. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $37.5 million. The Product Service Code is Z1KF. Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting. Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Prior Government contract work is not required for submitting a response to this announcement. Contractor should be experienced with pipeline dredging operations. Contractor should provide examples of being a prime contractor dredging deep draft navigation channels utilizing a pipeline dredge and provide production rates. Bonding Requirements: Performance and Payment Bonds are required within 5 calendar days after award and the contractor shall begin work within 10 calendar days after receipt of the Notice to Proceed. If the contractor fails to complete the work within the time specified, the contractor shall pay liquidated damages to the Government in the amount of $4,200 for each calendar day of delay until the work is completed or accepted. FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION: Unique Entity Identifier (UEI) & Commercial and Government Entity (CAGE) (This information can be obtained from your System for Award Management (SAM) Registration at www.sam.gov. Name of firm with address, telephone number, fax, e-mail address, and point of contact. Indicate whether your firm will submit a bid for this project if set-aside for Small Business (SB), 8(a) Small Business Development Program, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran Owned Small Business (SDVOSB), Economically Disadvantaged (ED/Woman Owned (WO), Woman Owned (WO) Woman-Owned Small Business (WOSB). Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. Qualifications: Responses to this source sought announcement shall indicate specialized experience and technical competence in: Pipeline Dredging Demonstrate experience in completing work outlined under the paragraph above for �Project Information.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above or comparable work performed within the past five years. Brief description of each project, customer name, and dollar value of the project - provide at least three examples. Firm�s Bonding Capacity - Bid Bond (20% of total bid amount), Performance and Payment Bond (100% of the contract amount) bonding level per contract and aggregate construction bonding level, both expressed in dollars. Firms responding to this announcement, who fail to provide ALL required information requested and outlined above, may be excluded from further consideration in the review and analysis for acquisition strategy determination. Anticipated solicitation issuance date is on or about 26 May 2026 and the estimated proposal due date will be on or about 10 June 2026. Estimated award on or about date is 28 July 2026. The official synopsis citing the solicitation number will be issued on Procurement Integrated Enterprise Environment (PIEE) https://piee.eb.mil/ inviting firms to register electronically to receive a copy of the solicitation when it is issued. Interested Firm�s shall respond to this announcement no later than 10 November 2026, at 10:00 AM (Central Time). All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Email your response to Mr. Baskovic at wesley.n.baskovic@usace.army.mil and Ms. Tudor at Mirian.R.Tudor@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e9794b86247c4eb59f83c2068225a198/view)
 
Place of Performance
Address: Corpus Christi, TX, USA
Country: USA
 
Record
SN07632270-F 20251101/251030230037 (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.