Opportunity

SAM #W912DR26BA007

USACE Baltimore District Seeks Contractors for North East River Maintenance Dredging

Buyer

USACE W2SD Endist Baltimore

Posted

April 30, 2026

Respond By

May 15, 2026

Identifier

W912DR26BA007

NAICS

237990, 238910

The U.S. Army Corps of Engineers (USACE), Baltimore District is seeking qualified contractors for maintenance dredging in the North East River, Cecil County, Maryland. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Baltimore District (ENDIST BALTIMORE) - Products/Services Requested: - Maintenance dredging services using a hydraulic cutterhead pipeline dredge - Removal of up to 100,000 cubic yards of silty to sandy material - Dredging to an authorized depth of 7 feet, with up to 2 feet of allowable over depth - Transport of dredged material via pipeline to an upland placement site approximately 6 miles away - Unique/Notable Requirements: - Firms must perform at least 40% of the dredging volume with their own equipment or equipment owned by another small dredging concern - Respondents must demonstrate relevant expertise, equipment, personnel, bonding capacity, and past performance on similar federal projects - Dredging is only permitted during a specific environmental window - Registration in the System for Award Management (SAM) is required - Estimated contract value is between $1,000,000 and $5,000,000 - NAICS code: 237990 (Other Heavy and Civil Engineering Construction)

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY.  THIS IS NOT A REQUEST FOR PROPOSAL.  THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. 

The U.S. Army Corps of Engineers (USACE), Baltimore District requests capability statements from qualified industry partners. USACE NAB has been tasked to solicit and award a firm-fixed-price construction contract for North East River Maintenance Dredging, Cecil County, MD. No reimbursement will be made for any costs associated with providing information in response to this request or any follow-up information requests; all costs associated with responding to this Notice will be solely at the responding party's expense.

Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.  The NAICS code for this acquisition is 237990 - Other Heavy and Civil Engineering Construction, with a size standard of $37,000,000.00.  To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.  

By way of this Market Survey/Sources Sought Notice No. W912DR26BA007, USACE, Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to contract for any supply or service. Further, USACE, Baltimore District will not accept unsolicited proposals. In accordance with RFO FAR (Federal Acquisition Regulation) 15.101(c)(2), responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice.

PROJECT DESCRIPTION:

The U.S. Army Corps of Engineers (USACE), Baltimore District will be completing maintenance dredging in the North East River, Cecil County, MD. Material will be placed at an existing upland placement site approximately 6 miles from the furthest location of the dredging. The Magnitude of Construction is $1,000,000.00 to $5,000,000.00. The construction duration will be approximately 120 calendar days from Notice to Proceed.

The scope includes using a hydraulic cutterhead pipeline dredge in North East River to remove material to its authorized depth of 7 feet (plus two feet of allowable over depth). Up to 100,000 cubic yards of silty to sandy material are to be dredged. Material will be transported via pipeline to the existing upland placement site. Pipeline distance will be approximately 6 miles from the furthest dredging location. The pipeline will travel through the North East River, up Stony Run creek, and over tidal and nontidal wetlands to reach the existing upland placement site. The dredging window is from 16 October 2026 to 15 February 2027; this is the only period of time dredging is allowed in the North East River.

Responders should address ALL of the following in their submittal:

Firm's name, address, point of contact, phone number, e-mail address, CAGE code and Unique Entity ID number. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. In consideration of NAICS code 237790, with a small business size standard in dollars of $37,0000,000.00, indicate which of the following small business categories your business is classified under: Unrestricted Business, Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). Provide a letter from your surety for bonding capacity for a dredging project of the anticipated magnitude detailed above. Provide at least two (2) examples of projects similar in size and scope within the past six (6) years directly performed by your company, dates of projects, project references (including owner with phone number and email address), floating plant, and final costs of completed projects. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. The submittal should contain and identify all expertise, types and number of equipment, and name and number of personnel. The contractor must also have worked previously with the Federal government on a similar job and provide examples of those jobs and references (name and phone number) to assure expertise. Total submittal shall be no longer than ten (10) pages in one (1).pdf file.

Comments will be shared with the Government and the project team, but otherwise well be held in strict confidence.

SUBMISSION INSTRUCTIONS:

THIS NOTICE IS NOT AN RFP. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this source sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered.

Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this sources sought notice no later than 15 May 2026 @ 11:00 AM Eastern Daylight Time (EDT). All responses under this Sources Sought Notice must be emailed to Lauren Elamenuel at lauren.n.elamenuel@usace.army.mil and Tamara Bonomolo at tamara.c.bonomolo@usace.army.mil referencing the source sought notice number W912DR26BA007. 

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for an award. Vendors must all be registered in SAM under the applicable NAICS code 237990 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220.

View original listing