Skip to content
Department of Defense

Maintenance Dredging of Fire Island Inlet and Shores Westerly to Jones Inlet, New York Beach Erosion Control and Navigation Project

Solicitation: W912DS26S0001
Notice ID: d68be4102b7e4be7bcf4608f7872c2d4
TypeSources SoughtNAICS 237990PSCY1KFDepartmentDepartment of DefenseAgencyDept Of The ArmyStateNYPostedJan 29, 2026, 12:00 AM UTCDueFeb 13, 2026, 05:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NY. Response deadline: Feb 13, 2026. Industry: NAICS 237990 • PSC Y1KF.

Market snapshot

Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.

12-month awarded value
$1,287,533,718
Sector total $33,072,247,130 • Share 3.9%
Live
Median
$551,853
P10–P90
$43,045$119,860,900
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
3.9%
share
Momentum (last 3 vs prior 3 buckets)
+48369%($1,282,231,886)
Deal sizing
$551,853 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NY
Live POP
Place of performance
Gilgo Beach, New York • United States
State: NY
Contracting office
New York, NY • 10278-0004 USA

Point of Contact

Name
Nicole C. Fauntleroy
Email
nicole.fauntleroy@usace.army.mil
Phone
9177906139
Name
Nicholas P. Emanuel
Email
nicholas.p.emanuel@usace.army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION NORTH ATLANTIC • ENDIST NEW YORK • W2SD ENDIST NEW YORK
Contracting Office Address
New York, NY
10278-0004 USA

More in NAICS 237990

Description

Background Information:

The U.S. Army Corps of Engineers, New York District (the Corps) proposes to perform maintenance dredging of the Federal Navigation Channel and deposition basin in Fire Island Inlet with placement of the dredged material as beach nourishment along the feeder beach (Gilgo) west of the Fire Island Inlet. The channel was last dredged in 2024, with the removal of approximately 1,510,000 cubic yards (CY) of sand, which was used in a beneficial manner as beach erosion control and hurricane protection placed along Gilgo Beach, Overlook Beach, and Tobay Beach. The proposed maintenance dredging and beach nourishment would involve the removal of approximately 3,000,000 CY of sand, which would be used in a beneficial manner as beach erosion control and hurricane protection placed along the feeder beach (Gilgo).

The channel and deposition basins will be dredged to a depth of 14 feet below mean lower low water (MLLW) plus 2 feet allowable over depth (see Figure 1). The proposed dredging for this cycle is anticipated to occur in the fall/winter of the dredging year, subject to the availability of funds.

The purpose of the proposed work is to alleviate the efects of shoaling and maintain the authorized project dimensions, thereby providing safe and economical use of the Fire Island Inlet by commercial and recreational boating interests while providing beneficial use of the dredged material. Between maintenance operations, the physically bypassed sand placed at the feeder beach would be carried by littoral drift to feed down drift beaches. This maintenance operation would thus serve to place sand trapped in the channel back into the normal littoral movement that naturally replenishes the western beaches and protect Ocean Parkway, while also restoring a safe channel for navigation.

Maintenance dredging of the channel and deposition basin at Fire Island Inlet is usually accomplished by pipeline dredge (cutterhead). The entire channel will generally not require maintenance dredging; only areas where shoaling has reduced the depth of the channel will require dredging.

Once the contract is awarded, the contractor will be required to commence work within five (5) calendar days after the date of receipt by him of the notice to proceed and maintain an integrated production rate of at least 13,500 cubic yards per calendar day for the dredging and placement of the dredged sand. The presence of dredging equipment in the channel will impact ship trafic, 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 fall/winter of 2026/2027. The work is estimated to cost between $25,000,000.00 and $100,000,000.00.

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 regard to the Maintenance Dredging of Fire Island Inlet And Shores Westerly To Jones Inlet, New York Beach Erosion Control And Navigation 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. What percentage of work (volume of material dredged and placed) can you perform with your own equipment or equipment owned by another dredging contractor?
  3. Have you performed dredging along the Fire Island Beaches or adjacent Long Island shoreline?
  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. On previous projects, do you have experience in completing environmental monitoring of endangered species? If so, was such work contracted to a company that specializes in such environmental work?
  10. Are you familiar with the USACE EM 385-1-1 (15 March 2024) and all requirements? Deficiencies observed on site will require immediate attention and action to meet all applicable safety codes.
  11. Use of USACE Resident Management System (RMS 3.0) will be required for this dredging contract. Do you have experience using the USACE Resident Management System (RMS 3.0) for delivering Submittals, Daily Dredging reports and Pay Estimates?

Equipment

  1. Do you have experience with beach placement and grading of dredged material?
  2. What type of dredge equipment do you own and / or operate that is suitable for the work described? Do you own a hydraulic dredge? Please list each piece of equipment capable of performing dredging and pumping sand with beach placement and grading, i.e., dredges, discharge pipeline (specify quantity in linear feet), dozers, front end loaders, forklifts, and/or other equipment needed for beach placement and / or grading the beach as necessary. For each dredge that you list, please specify its size, horsepower, and any other salient characteristics.
  3. What length and size of discharge pipeline do you have available for use? Do you own the discharge pipeline?
  4. Do you plan to use booster pumps? Will they be placed in-water or on-land?
  5. If required, will you be able to meet a minimum production rate of 13,500 cubic yards per calendar day and complete all work?

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.