W912P825C0019
Definitive Contract
Overview
Government Description
Dredging. The work consists of furnishing one fully crewed and equipped self-propelled trailing suction type hopper dredge to conduct dredging operations in the Mississippi river southwest pass and potentially in other areas within the new orleans district, as well as the galveston and mobile districts as needed. Key tasks include submission of an accident prevention plan, daily safety inspections and reporting, certification and performance testing for cranes/derricks and draglines, development of a dive plan, erection and maintenance of safety and project signs, and provision of two means of escape for personnel on floating plants. The primary location for performance is the Mississippi river southwest pass, with possible work in other designated districts.
Awardee
Awarding Agency
Funding Agency
Place of Performance
New Orleans, LA 70118 United States
Pricing
Fixed Price
Set Aside
None
Extent Competed
Full And Open Competition
Related Opportunity
Analysis Notes
Subcontracting Plan This Definitive Contract has an Individual Subcontract Plan. The Department of Defense has an overall small business subcontracting goal of 30%
Manson Construction Co was awarded
Definitive Contract W912P825C0019 (W912P8-25-C-0019)
for Dredging Services Self-Propelled Trailing Suction Hopper Dredge
worth up to $39,272,500
by the U.S. Army Corps of Engineers
in February 2026.
The contract
has a duration of 8 months and
was awarded
through solicitation Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 1-2025 (OM25001)
full & open
with
NAICS 237990 and
PSC Y1KF
via sealed bid acquisition procedures with 2 bids received.
As of today, the Definitive Contract has a total reported backlog of $222,500.
DOD Announcements
Jul 2025:
Manson Construction Co., Seattle, Washington, was awarded a $39,050,000 firm-fixed-price contract for a self-propelled trailing suction type hopper dredge. Bids were solicited via the internet with two received. Work will be performed in Venice, Louisiana, with an estimated completion date of Nov. 23, 2026. Fiscal 2025 operation and maintenance, Army and civil Corps of Engineer funds in the amount of $39,050,000 were obligated at the time of the award. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-25-C-0019).
Status
(Open)
Last Modified 12/3/25
Period of Performance
2/26/26
Start Date
10/22/26
Current End Date
10/22/26
Potential End Date
Obligations and Backlog
$39.0M
Total Obligated
$39.0M
Current Award
$39.3M
Potential Award
$0.0
Funded Backlog
$222.5K
Total Backlog
Award Hierarchy
Definitive Contract
W912P825C0019
Subcontracts
Activity Timeline
Opportunity Lifecycle
Procurement history for W912P825C0019
People
Suggested agency contacts for W912P825C0019
Competition
Number of Bidders
2
Solicitation Procedures
Sealed Bid
Evaluated Preference
None
Commercial Item Acquisition
Commercial Item Procedures Not Used
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Individual Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Defense Program
None
DoD Claimant Code
None
IT Commercial Item Category
Not Applicable
Awardee UEI
UJGKNVYG6UZ3
Awardee CAGE
0FCP9
Agency Detail
Awarding Office
W912P8 W07V ENDIST NEW ORLEANS
Funding Office
960102
Created By
cori.a.caimi@usace.army.mil
Last Modified By
jeffery.waguespack.w912p8@sa2100.army.mil
Approved By
michelle.dalmado@usace.army.mil
Legislative
Legislative Mandates
Construction Wage Rate Requirements
Performance District
LA-01
Senators
Bill Cassidy
John Kennedy
John Kennedy
Representative
Steve Scalise
Modified: 12/3/25