Loading...
W912HY26BA026
Response Deadline
May 26, 2026, 9:00 PM(CDT)14 days
Eligibility
Contract Type
Presolicitation
Pre-Solicitation Synopsis W912HY26BA026
The U.S. Army Corps of Engineers, Galveston District, intends to issue a Solicitation for construction services for the project titled “Brazos Island Harbor (BIH) Entrance and Jetty Channel Maintenance Dredging, Galveston County, TX.”
The primary objective of BIH Entrance and Jetty Channels Maintenance Dredging consists of Dredging and approximately 350,000 CY and placement at Near Shore Feeder Berm 1A and 1B.
The specific items in the scope of work include dredging and beach placement; site security measures; topographic surveys before the start of construction, during and after construction activities; demobilization and site cleanup; and related ancillary work.
Currently, no Pre-Solicitation Conference is planned for this solicitation. If the government does elect to hold a Pre-Solicitation Conference, the pre-solicitation announcement will be modified accordingly.
At this time, no organized site visit is planned for this solicitation. If the government does schedule a site visit, the details will be included in the solicitation.
If there is any change to the scheduled site visit, the correct time and location will be included in the solicitation, or amendments as applicable.
There are Five (5) option CLINs that have been identified for this project.
Options 1-3: Sea Turtle Trawling
Option 4: Beach Placement at two locations on S. Padre Island (in Lieu of Nearshore Placement)
Option 5: Sea Turtle Trawling
In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $5,000,000 and $10,000,000.
This solicitation will be issued as an Invitation for Bid (IFB). The IFB will result in the award of a single firm fixed price (FFP) construction contract.
The estimated performance period for completion of construction is 62 days from Notice to Proceed (NTP).
The solicitation will be available on or about June 2026 and proposals will be due on or about July 2026. The solicitation, including any amendments, shall establish the official opening and closing dates and times.
Bid Bonds and Payment bonds will be required. Payment bonds will be required for the full amount (100%) of the awarded contract before Notice to Proceed can be issued. See FAR Clause 52.228-13.
The North American Industry Classification System (NAICS) Code for this project is 237990 – Other Civil and Civil Engineering Construction, with a size standard of $45,000,000.00. For the purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed the size standard stated above.
This solicitation is being issued as Unrestricted. In accordance with FAR Part 19, and in coordination with the Small Business Administration (SBA), all responsible Small Business sources may submit a proposal, which will be considered by the agency. Small Business Concerns are strongly encouraged to consider Joint Ventures, Mentor-Protégé Agreements, Small Business Consortiums, and other innovative Teaming arrangements in order to leverage and/or consolidate bonding and financial capacities. The Small Business Administration (SBA) must approve of any such arrangement in advance of submitting an offer.
To view or download the solicitation requires registration at the Contracting Opportunities via the Sam.gov website at http://www.sam.gov. Downloads are available only through the Contracting Opportunities – Sam.gov website. Any amendments will only be available from the Contracting Opportunities – Sam.gov website. Offerors are responsible for checking the Contracting Opportunities – Sam.gov website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website.
Prior to bidding, vendors must be actively registered in the System for Award Management (SAM) system. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR, ORCA, and EPLS. All vendors must verify their information through this web site.
Availability of plans and specifications will be on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, DASA(P)POLICY 21-81, DATED 20 AUGUST 2021. Contractors may view and/or download the Invitation for Bid (IFB) and all amendments at https://piee.eb.mil/ .
The point-of-contact for administrative for contractual questions is Christy Slater via mail: Christy.L.Slater@usace.army.mil.
Subcontracting Goals for this procurement: 39% - Small Business; 6% - Small Disadvantage Business; 11% - Women-Owned Small Business; 1% - Service Disabled Veteran-Owned Small Business; 3% - Hub-Zone and Veteran Owned Small Business.
Joycelyn Rodgers
DEPT OF DEFENSE
DEPT OF THE ARMY
US ARMY CORPS OF ENGINEERS
ENGINEER DIVISION SOUTHWESTERN
ENDIST GALVESTON
W076 ENDIST GALVESTON
W076 ENDIST GALVESTON
KO CONTRACTING DIVISION
2000 FORT POINT ROAD
GALVESTON, TX, 77550-1229
NAICS
Other Heavy and Civil Engineering Construction
PSC
MAINTENANCE OF CANALS