Corps Island Unloading
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers (USACE), St. Paul District, solicited bids for the Corps Island Unloading project, involving the removal of up to 450,000 cubic yards of stockpiled dredge material from Corps Island near Diamond Bluff, WI. This Total Small Business Set-Aside opportunity had an estimated value between $5,000,000 and $10,000,000. Bids were received and opened on March 10, 2026.
Scope of Work
The project required the removal and transport of approximately 300,000 cubic yards of dredge material (base) with options for an additional 150,000 cubic yards. Contractors were responsible for providing disposal capacity at a commercial site or beneficial use locations, ensuring no disturbance to wetlands or culturally/environmentally sensitive areas. Any necessary environmental mitigation at disposal sites was at the contractor's expense. The work involved both hydraulic and/or mechanical methods.
Contract Details
- Contract Type: Firm, Fixed-Price (Invitation for Bid - IFB)
- Estimated Value: $5,000,000 - $10,000,000
- Period of Performance: 730 calendar days after notice to proceed
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
- Product Service Code: Z1KF (Maintenance Of Dredging Facilities)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Place of Performance: Red Wing, MN (vicinity of Diamond Bluff, WI)
Submission & Evaluation
The solicitation was issued as an Invitation for Bid (IFB). Bids were due by March 10, 2026, at 02:00 PM local time and were publicly opened on that date. Electronic submission was required via the PIEE suite. A bid guarantee was mandatory, and Performance and Payment Bonds would be required for the awarded contract. All offerors needed to be registered in SAM.gov with active accounts and completed Representations and Certifications.
Key Amendments & Attachments
Several amendments were issued, notably:
- Amendment 1 & 3: Updated the wage determination (Attachment #2) for Heavy and Highway Construction Projects in Minnesota, superseding the 2025 version with the 2026 version. Amendment 3 also clarified that the winning bidder must provide disposal capacity.
- Attachment 1: Provided detailed sediment data for environmental assessment.
- Amendment 4: Removed FAR clause 52.222-49, "Service Contract Labor Standards-Place of Performance Unknown."
Post-Bid Information
A corrected bidding abstract was posted on March 24, 2026, detailing the government's estimate and bids received from various contractors for the base and option line items.
Contact Information
For inquiries related to the original solicitation, the primary contact was Theodore Hecht at theodore.r.hecht@usace.army.mil or 651-290-5415.