Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2026 SAM #8861
SOLICITATION NOTICE

Z -- ABSECON INLET (CLAM CREEK) MAINTENANCE DREDGING

Notice Date
2/27/2026 7:16:48 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU26BA004
 
Response Due
3/30/2026 11:00:00 AM
 
Archive Date
02/27/2027
 
Point of Contact
Connor Struckmeyer, Phone: (267) 517-3522, Molly Gallagher
 
E-Mail Address
Connor.A.Struckmeyer@usace.army.mil, molly.gallagher@usace.army.mil
(Connor.A.Struckmeyer@usace.army.mil, molly.gallagher@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PURPOSE: The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract for Absecon Inlet (Clam Creek) Maintenance Dredging. DESCRIPTION: Contract work consists of Maintenance Dredging of the Absecon Inlet federal channel, Clam Creek portion to a depth of 14 ft MLLW plus 1 ft allowable overdepth. Dredging operations will clear approximately 61,640 cubic yards of fine-sand and silty sediment from Station 0+000 at the entrance to Station 2+500. Beneficial-use placement of the dredged channel sediments will be accomplished at designated locations on Boot Island. Optional work includes containment measures such as a compact track loader, turbidity curtains, coir logs, weirs and hay bales at the placement site. Work must occur between 15 September and 31 December due to environmental restrictions. Contractor will be required to use the Resident Management System (RMS). The successful Contractor must demonstrate satisfactory experience in completing at least 2 dredging projects involving beneficial use placement techniques such as marsh restoration and habitat creation on environmentally sensitive coastal marshes and wetlands. The satisfactory projects must have been completed within the last 10 years. DISCLOSURE OF MAGNITUDE OF THE PROPOSED CONSTRUCTION PROJECT: $1,000,000 and $5,000,000. NAICS CODE AND SBA SIZE STANDARD: 237990, DREDGING AND SURFACE CLEANUP ACTIVITIES, Size Standard $37.0M. PERIOD OF PERFORMANCE: 270 Calendar Days from the Notice to Proceed (NTP).SYSTEM FOR AWARD MANAGEMENT (SAM): Bidders are required to be registered in the System for Award Management (SAM) database (https://sam.gov) and PIEE at the time a bid is submitted in order to comply with the annual representations and certifications requirements. Registration for PIEE is required as this is the only place bids shall be submitted. Bids must be submitted in PIEE Solicitation Module. ADDITIONAL INFOMRATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM.gov website, https://sam.gov and PIEE Solicitation Module. It is and will continue to be the responsibility of all potential Bidders to monitor the SAM.gov website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/41ce14c0bddf40cb9d6c55c8ed1fad62/view)
 
Place of Performance
Address: 08401
Zip Code: 08401
 
Record
SN07729573-F 20260301/260227230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.