This SOURCES SOUGHT ANNOUNCEMENT # W912DW26B1ATL is for informational and market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The proposed action will be a construction project with a firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information.
Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. The purpose of this sources sought announcement is to gain knowledge of potentially qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and HUBZone contractor sources; to the NAICS code 237990 – Other Heavy and Civil Engineering Construction, PSC code Y1KF- Construction of Dredging Facilities, and Small Business Size Standard $45 Million. Depending upon the responses associated with the business categories listed above, the solicitation will either be set aside in one of those categories or be issued as unrestricted and open to both small and large businesses. After review of the responses to this announcement and if the Government still plans to proceed with this project; a separate solicitation announcement will be published on SAM.gov (www.SAM.gov). Responses to this announcement are not an adequate response to any future solicitation announcement.
BACKGROUND:
The U.S. Army Corps of Engineers (USACE), Seattle District, is conducting market research to identify interested and qualified contractors for a planned maintenance dredging project in Grays Harbor, Washington. This work is scheduled to be executed over three consecutive dredging seasons between July 2026 and February 2029, as part of the Grays Harbor and Chehalis River Federal Navigation Project.
PROJECT DESCRIPTION:
The Government anticipates awarding a Firm-Fixed-Price (FFP) contract through a competitive Invitation for Bids (IFB) process. Award will be made to the lowest responsive and responsible bidder, in accordance with FAR Part 14 procedures.
The selected contractor will be responsible for the mechanical clamshell dredging of approximately 1 million cubic yards (CY) of sediment per season, for each of the three dredging seasons. Work will occur annually during the approved in-water work window from July 16 through February 14. Dredging activities must be suspended during a mandatory seasonal shutdown period—typically from late September through December 1—to accommodate Tribal fishing activities, the specific dates of which will be provided annually.
Dredging will take place within the federally authorized navigation channel, specifically in the following reaches: Aberdeen, Cow Point, Cow Point Turning Basin, Hoquiam North Channel, and the Crossover Channel. These areas encompass the middle portion of the harbor up to and slightly beyond the main Port terminals.
Dredged material will be transported via bottom dump barge and placed at one of two disposal sites. From mid-July through early November, material will be placed at the South Jetty Beneficial Placement Site, while from November through mid-February, disposal will shift to the Point Chehalis Open Water Placement Site. All disposal activities must comply with project specifications and environmental guidelines.
ENVIRONMENTAL REQUIREMENTS:
The contractor will be required to perform turbidity monitoring during dredging and disposal operations. The contractor will also be responsible for adhering to all in-water work timing restrictions and for suspending operations during the specified Tribal fishing closure window each season.
SUBMISSION INFORMATION:
This notice is intended to gather information on industry capability and interest. Interested firms are invited to submit a brief capability statement that includes relevant past performance on similar dredging projects, available dredging equipment, bonding capacity, and business size under NAICS code [insert NAICS, e.g., 237990 – Other Heavy and Civil Engineering Construction].
Responses should also address experience with environmental compliance, including turbidity monitoring and managing seasonal or Tribal coordination constraints.
MAGNITUDE OF CONSTRUCATION:
In accordance with FARS 36.204(h) “Disclosure of the Magnitude of Construction Projects,”
Magnitude of Construction is estimated to be more than $10,000,000.
REQUIREMENTS:
Interested firms should submit a capabilities package, to include the following:
1. Firm's name, address, point of contact, phone number, and email address.
2. CAGE code and Unique Entity ID (UEI) number.
3. Firm's interest in bidding on the solicitation if issued.
4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program.
5. Firm's joint venture information (if applicable).
All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement.
6. Include proposed equipment in the qualifications package.
Submit responses via email to: Xuejiao Sun, xuejiao.sun@usace.army.mil
Responses should be sent as soon as possible, but no later than 10:00 AM PDT, 10 November 2025. Subject Line: FY26-FY29 Grays Harbor Inner Harbor Maintenance Dredge Vendor Source
All interested firms must be registered in the System for Award Management (www.SAM.gov) by time of award and remain active for the duration of the contract to be eligible for Government contracts.
Office of Small Business Programs POC:
Enshane Hill-Nomoto, enshane.nomoto@usace.army.mil
James Glynn, james.r.glynn@usace.army.mil