Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2026 SAM #8809
SOURCES SOUGHT

Y -- Maintenance Dredging of NY & NJ Channels, Arthur Kill 35� Reach, Federal Navigation Project

Notice Date
1/6/2026 7:05:05 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS26S0010
 
Response Due
1/21/2026 11:00:00 AM
 
Archive Date
02/05/2026
 
Point of Contact
Orlando Nieves, Matthew Lubiak, Phone: 9177908089
 
E-Mail Address
orlando.nieves@usace.army.mil, matthew.e.lubiak@usace.army.mil
(orlando.nieves@usace.army.mil, matthew.e.lubiak@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform maintenance dredging of New York and New Jersey Channels, Arthur Kill 35� Reach, Federal Navigation Channel to a depth of -35 feet Mean Lower Low Water (MLLW) plus 1 foot of allowable overdepth. The proposed maintenance dredging would remove approximately 150,000 cubic yards (CY) of material from critically shoaled areas with subsequent placement at a contractor provided, state-permitted upland placement site(s). Based on the past dredging projects within the New York Harbor / New York and New Jersey Channels, and restrictions in the New York State Department of Environmental Conservation / New Jersey Department of Environmental Protection Water Quality Certificates, the proposed work would be performed by utilizing a mechanical clamshell dredge with environmental bucket. Additionally, multiple barges, tugboats and survey vessels will be needed to perform the work during the dredging and placement activities. The dredging and placement would be required to meet all federal, state, and approved local criteria required by the government agencies having jurisdiction where the dredging and placement sites are located. Once the contract is awarded, the contractor will be required to commence work within five (5) calendar days after the date of receipt of the Notice to Proceed and maintain an integrated production rate of at least 2,500 cubic yards per calendar day for the dredging and placement of the dredged material. The presence of the dredging equipment in the channel will impact ship traffic, and it is necessary to maintain this production rate while minimizing the duration of this impact. The proposed work is anticipated to take place in the summer/fall of 2026 The magnitude of this contract is between $10,000,000 and $25,000,000. SURVEY OF THE DREDGING INDUSTRY The following confidential survey questionnaire is designed to apprise the Corps of prospective dredging contractors� project execution capabilities. Please provide your response to the following questions. All questions are in regards to the New York and New Jersey Channels, Arthur Kill 35� Reach, maintenance dredging project. General 1. Have you ever worked on dredging jobs similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number, as a reference of relevant experience. 2. Have you previously performed dredging within the waters of New York and New Jersey? 3. What percentage of work (volume of material dredged, transported, and ultimately placed) can you perform with your own equipment or equipment owned by another dredging contractor? 4. Would you be willing to bid on the project described? If the answer is No, please explain why not. 5. Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s), or as a joint venture? 6. Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? 7. What is the largest dredging contract, in dollars, on which you were the prime contractor? 8. What is your bonding capacity per contract? What is your total bonding capacity? 9. Do you have experience using USACE Resident Management System (RMS) 3.0 for delivering Submittals, Daily Dredging Reports and Pay Estimates? 10. Do you have experience applying USACE EM 385-1-1 (March 2024) and all requirements? Deficiencies observed on site will require immediate attention and action to meet all applicable safety codes. Equipment 11. What type of dredge equipment do you own and/or operate that is suitable for the work described? Do you own a mechanical dredge with a closed environmental clamshell bucket? Please list each piece of equipment capable of performing the work described, i.e. dredging, transfer, transportation, dewatering and/or other processing and final placement of the material. For each dredge that you list, please specify its bucket size(s), and any other salient characteristics. 12. Identify which dredge(s), including support equipment (tug, crew boat, scows, etc.), you would employ on this project. Also, for each dredge, identify the maximum dredging depth. 13. Do you own material scows? If so, how many do you have available for use? Please list the name of the scow, its type (ocean going, sealed-hull, etc.) and the capacity. 14. Will you be able to meet a production rate of 2,500 cubic yards per calendar day and complete all work? 15. Do you have experience with the use of an automated Dredged Material Monitoring System (Black Box/Silent Inspector) employing a Dredged Material Inspector (DMI)? 16. Are you aware that the Contractor is responsible for coordinating with the Federal Aviation Administration (FAA) for an FAA Obstruction Evaluation / Airport Airspace Analysis? Have you had any experience requesting for FAA Obstruction Evaluation / Airport Airspace Analysis? If so, please list the 3 most recent projects along with the project's NTP, the review submission date, the number of studies conducted, and duration of the review. 17. What are the minimum and maximum boom heights to operate your dredge(s) safely and efficiently?
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/909adc80a02e4fedb38c551a0054f4ae/view)
 
Place of Performance
Address: NJ, USA
Country: USA
 
Record
SN07679000-F 20260108/260106230037 (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.