Maintenance Dredging of Fire Island Inlet and Shores Westerly to Jones Inlet, New York Beach Erosion Control and Navigation Project
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), New York District, is issuing a presolicitation for Maintenance Dredging of Fire Island Inlet and Shores Westerly to Jones Inlet, New York Beach Erosion Control and Navigation Project. This project involves maintenance dredging and beach nourishment, with an estimated cost between $25,000,000 and $100,000,000. This is an Unrestricted Procurement.
Scope of Work
The project entails maintenance dredging of the Fire Island Inlet Federal Navigation channel and deposition basin, followed by the placement of up to 2,500,000 cubic yards of dredged sand as nourishment along the designated feeder beach at Gilgo Beach, Suffolk County, New York. Dredging will be to a depth of up to 14 feet plus 2 feet allowable over-depth.
This multi-purpose project aims to:
- Alleviate shoaling and maintain authorized navigation channel dimensions for commercial and recreational boating.
- Provide coastal storm risk management by renourishing Gilgo Beach.
- Restore normal littoral movement to replenish western beaches and protect Ocean Parkway.
The work requires a large pipeline dredge meeting US Coast Guard criteria for an "ocean going vessel." The contractor must commence work within five calendar days of the Notice to Proceed (NTP) and complete basic work within 180 calendar days. A minimum placement production rate of 14,500 cubic yards per calendar day is required. Liquidated damages of $2,770.00 per calendar day will apply for delays.
Contract & Timeline
- Type: Presolicitation (leading to a construction contract)
- Estimated Value: $25,000,000 - $100,000,000
- Set-Aside: Unrestricted Procurement
- Plans & Specs Available: June 2026
- Bid Opening: July 2026
- Anticipated Award: August 2026
- Anticipated NTP: Late September 2026
- Response Date (for presolicitation comments/questions): May 12, 2026
- Published: April 27, 2026
Additional Notes
This notice is for planning purposes. The full solicitation, including plans and specifications, will be made available in June 2026. Interested parties should monitor SAM.gov for the official solicitation release. Contact Nicole C. Fauntleroy at nicole.fauntleroy@usace.army.mil or 917-790-6139 for inquiries.