SOURCES SOUGHT
99 -- Construction Services for Maintenance Dredging of the New Haven Harbor Federal Navigation Project, New Haven, CT.
- Notice Date
- 12/16/2025 5:58:46 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ26X1B08
- Response Due
- 1/16/2026 12:00:00 PM
- Archive Date
- 01/31/2026
- Point of Contact
- Kyle Hall, Phone: 9783188479
- E-Mail Address
-
kyle.k.hall@usace.army.mil
(kyle.k.hall@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for a maintenance dredging project located in New Haven, CT. This announcement is to determine the interest, availability, and capability of Small Business and Large Business concerns as described below. The NAICS code for this procurement is 237990 with a size standard of $37M. The project solicitation is planned for issuance on or about May 15, 2026. The construction will occur over 2 dredge seasons starting in October 2026 and being completed by May 2028. The estimated construction cost is between $25,000,000.00 and $100,000,000. The New Haven Harbor Improvement project involves deepening and widening the existing navigation channel and turning basin from Long Island Sound to the Quinnipiac River. The project will deepen the current 35-foot channel to 40 feet below Mean Lower Low Water (MLLW) and widen it by 100 to 250 feet at various locations. This contract requires the removal of approximately 4,500,000 cubic yards (CY) of silt and fine sand, as well as 61,000 CY of rock that will require blasting. A mechanical dredge will excavate material from the shoaled areas and load it into dump scows. The dredged material will be transported to four designated beneficial use sites within the harbor, with the remaining volume taken to the Central Long Island Sound Disposal Site. Operations are expected to last 8 to 10 months within the project dredging window of October 1, 2026, to May 31, 2028. All dredging, filling and blasting of material north of the New Haven Harbor breakwaters must be completed between October 1 and January 31 of each dredging season to avoid sensitive resources in the harbor. All dredging, filling and blasting of material south of the New Haven Harbor breakwaters must be completed between October 1 and May 31 of each dredging season window. No work is expected to be completed between June 1, 2027, and September 30, 2027, due to sensitive resources within the harbor and Long Island Sound. In order to accomplish all dredging requirements within the specified dredging window it is expected that the Contractor will need to meet a production rate of 550,000 CY per 30 calendar days. Environmental coordination and permitting has been completed by the U.S. Army of Engineers, New England District. Interested firms should demonstrate their project experience, by providing two (2) projects within the last ten years, which meet the following requirements: � Dredging by mechanical means demonstrating a minimum production rate of 550,000 cubic yards in one consecutive 30-day period. � Experience using blasting equipment to break up and remove competent rock. � Experience with placement of dredged material at an open water placement site in New England during the fall/winter months of October through March. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.), type of equipment the firm is proposing to use on the project, and two (2) example projects performed by the firm in the last ten (10) years (including Points of Contact for those projects) showing experience with the proposed equipment at the production rate listed above. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications meeting the same qualifications listed above, which will be used to support the bidder's effort. Firms may use subcontractor experience to demonstrate experience with the requirements, but the role and work performed by each team member (prime and subcontractors) on projects demonstrating that team member's experience shall be the same as the role for that team member for this project. Bid bond will need to be provided with the bid. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Kyle Hall or electronically to Kyle.K.Hall@usace.army.mil. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/360a6a6b85ea413287513eef32a9b68e/view)
- Place of Performance
- Address: Concord, MA 01742, USA
- Zip Code: 01742
- Country: USA
- Zip Code: 01742
- Record
- SN07668197-F 20251218/251216230041 (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 |