Opportunity
SAM #W912EE26S0006
Lease of Hydraulic Cutterhead Dredge for USACE Vicksburg District Dredging Projects
Buyer
USACE Vicksburg District
Posted
May 04, 2026
Respond By
May 08, 2026
Identifier
W912EE26S0006
NAICS
237990, 532412
The U.S. Army Corps of Engineers (USACE), Vicksburg District, is seeking sources for the lease of a hydraulic cutterhead pipeline dredge for construction and maintenance dredging projects. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Vicksburg District (MVK), Department of Defense, Department of the Army - Products/Services Requested: - Lease of a fully operated hydraulic cutterhead pipeline dredge - Minimum 18-inch diameter - Draft not to exceed 9 feet - Capable of handling sand, gravel, loose rock, silt, mud, clay, and debris - Suitable for pipeline lengths up to 6,500 feet - Includes all plant, labor, materials, and equipment - Must be immediately available - Unique/Notable Requirements: - Dredge must be equipped with appropriate pump impellers and cutters for varying materials - Contractor must provide all attendant plant and personnel - Adequate bonding capability required - No specific OEMs or vendors are named in the notice - NAICS code: 237990 (Dredging and Surface Cleanup Activities) - Place of performance includes Mississippi River Ports and Harbors, JBJ Waterway (Red River), and the Vicksburg District
Description
W912EE - THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, AND THE VICKSBURG DISTRICT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION.
The U.S. Army Corps of Engineers (USACE), Vicksburg District (MVK) is conducting market research to determine the availability of a hydraulic-cutterhead dredge, not less than 18-inches in diameter. For the purposes of this announcement MVK is seeking to identify the availability of an (18” or larger dredge) for potential riverine dredging of the Ms. River Harbors and/or lock approaches of the JBJ Waterway (Red River) within the MVK area of responsibility.
A market survey is being conducted to determine if there are a reasonable number of firms, large or small businesses, capable of mobilizing and interested in performing the required work in the required locations.
A decision as to whether the work will be set-aside for specific socio-economic category businesses is pending. We would like to hear from large business, small businesses, small disadvantaged businesses, HUBZONE small businesses, woman-owned small businesses, or service-disabled veteran-owned small businesses. In any case, if you are interested in this work, please respond accordingly.
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 – Dredging and Surface Cleanup Activities with a size standard of $37 million.
This Sources Sought Synopsis shall not be construed as a commitment by the Government, nor will any reimbursement be made for any costs associated with providing information in response to this request or any follow up information requests. NO SOLICITATION IS CURRENTLY AVAILABLE.
BACKGROUND AND PURPOSE:
For the purpose of market research, USACE MVK will be utilizing this request for information to determine the availability of sources capable of providing the services required as well as the acquisition approach best suited for this project.
PROJECT DESCRIPTION:
The U.S. Army Corps of Engineers, Vicksburg District (MVK) is planning for the solicitation & award of contracts for dredging at Mississippi River Ports and Harbors and for dredging on the JBJ Waterway. Contractors would be required to furnish all plant, labor, materials, and equipment necessary for performing construction and maintenance dredging. The material to be dredged will consist of sand, gravel, loose rock, silt, mud and clay; and in certain localities stumps, roots, logs, riprap, driftwood, sunken objects, and miscellaneous debris may be encountered. The dredge must be equipped with suitable pump impellers and cutters to efficiently handle these varying materials on pipeline lengths up to 6,500 feet. Dredges should be available immediately, and contractors should have adequate bonding capability to bid the work.
RESPONSE FORMAT:
Responses shall not exceed five (5) pages in total, inclusive of all offeror attachments. A one (1) page executive summary shall not be considered part of the total page limit. The Capability Statement shall be comprised of the below information:
1. Brief History of the company.
2. Experience in delivering same or similar services/supplies. This section shall demonstrate the offer’s experience and ability to provide skilled personnel and manage requirements that are the same or similar to those addressed in the project description or PWS.
3. List of current or previous contracts: The offeror shall provide contract title, contract number, period of performance, dollar amount, and description of work performed on up to five Government contracts. List should be limited to work performed within the last five years and include reference name, email, and phone number.
4. General information:
a. Company name, address, point of contact, telephone number, and e-mail address.
b. CAGE Code/UEI Number
c. NAICS (list all NAICS under which your firm is registered)
d. Offeror’s business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service-Disabled Veteran Owned Small Businesses, and Women-Owned Small For 8(a) Contractors, please include anticipated graduation date from the 8(a) Program.
e. Identification of Joint Venture, if applicable (Business Name, Business Size and Cage Code of JV).
5. Offeror’s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).
Interested contractors shall submit their responses by e-mail only. Responses should be submitted as a single PDF document. Responses to this notice are due no later than 12:00 PM Central Daylight Time on Friday, May 8, 2025, via e-mail to the primary point of contact listed Andrew McCaskill at andrew.mccaskill@usace.army.mil.