Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2026 SAM #8886
SOLICITATION NOTICE

Y -- Oldmans Dredged Material Placement Facility (DMPF) Dike Raising Construction

Notice Date
3/24/2026 11:49:00 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU26RA013
 
Response Due
4/8/2026 11:00:00 AM
 
Archive Date
04/23/2026
 
Point of Contact
Eric Leach, Connor Struckmeyer
 
E-Mail Address
eric.a.leach@usace.army.mil, connor.a.struckmeyer@usace.army.mil
(eric.a.leach@usace.army.mil, connor.a.struckmeyer@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
W912BU26RA013 Synopsis: REQUIREMENT: The U.S. Army Corps of Engineers (USACE), Philadelphia District (NAP), intends to issue a Request for Proposal (RFP) solicitation for a firm fixed-price (FFP) construction contract for the Oldmans Dredged Material Placement Facility (DMPF) Dike Raising Project in Salem County, NJ. This is a Pre-solicitation Notice. This Notice is being issued for planning and information purposes only. This notice is not a Solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this notice. ***Solicitation W912BU26RA013 is expected to be released on or about 09 April 2026*** PROJECT DESCRIPTION: Contract work consists of a large-scale earthwork project to construct approximately 12,000 linear feet of earthen embankments at the Oldmans Dredged Material Placement Facility (DMPF) adjacent to the Delaware River in Salem County, NJ. Approximately 564,200 cubic yards of dredged materials must be moved from within the approximately 290-acre site, compacted in lifts and final graded to meet the lines and grades required. Significant experience and expertise with large scale earthwork projects and access to a significant amount of earthmoving equipment and labor will be required to complete all work within an 18-month period of performance. The soils that comprise the available dredged materials are predominately fine-grained in nature (i.e., contain silts and clays of low and high plasticity), with some sand and gravel in limited areas. As such, these soils are highly susceptible to changes in moisture content which may limit construction activities during periods of wet or freezing weather. Contractor must be able to deal with problems that include seepage of water into excavations, softening of exposed subgrade soils, loss of soil shear strength, etc. It is anticipated that the existing dredged material proposed to construct the dikes will require consistent and active moisture conditioning to achieve a moisture content near or at optimum to achieve the specified compaction requirements. Consequently, prudent earthwork techniques such as disking, stockpile management, aeration, promoting positive drainage, limiting construction traffic and allowing for drying days must be utilized to facilitate fill placement and compaction activities. It should be anticipated that protection of exposed excavation subgrades will need to be exercised to minimize disturbance. The contract documents will include available data from the latest subsurface investigations and associated geotechnical laboratory testing. A licensed Geotechnical Engineer will be required for the evaluation of this data and assistance in preparation of bid documents as well as work plans that will be required of the successful bidder. The work will also require the installation of three steel sluice structures and associated 30-inch steel outfall pipes for site drainage. The sluice structures and pipes will be provided as Government Furnished Materials. The award will be made based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given the three (3) evaluation factors: Technical Approach, Past Performance, and Price. The estimated period of performance is 550 calendar days from Notice to Proceed (NTP). DISCLOSURE OF MAGNITUDE OF THE CONSTRUCTION PROJECT: The estimated price range is between $10,000,000 and $25,000,000 NAICS CODE AND SBA SIZE STANDARD: 237990 - Other Heavy and Civil Engineering; $45,000,000 TYPE OF SET-ASIDE: Total small business set-aside. ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM.gov website. It is, and will continue to be, the responsibility of all potential offerors to monitor the SAM.gov website for any amendments, updates, responses to industry questions/comments, etc. The Government will not be maintaining a mailing list. POINT-OF-CONTACT: The Primary Contract Specialist for this solicitation is Eric Leach, email: eric.a.leach@usace.army.mil. Any communication regarding this notice should be made in writing sent via email and must identify the Solicitation number, company name, address, phone number and point of contact.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/16f7701a8b8144a69cc886213a0abd56/view)
 
Place of Performance
Address: Pedricktown, NJ 08067, USA
Zip Code: 08067
Country: USA
 
Record
SN07754577-F 20260326/260324230045 (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.