- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
ABSECON INLET (CLAM CREEK) MAINTENANCE DREDGING
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: 08401. Response deadline: Apr 02, 2026. Industry: NAICS 237990 • PSC Z1KF.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 237990
Description
THE PURPOSE OF AMENDMENT 0001 TO SOLICITATION W912BU26BA004 IS TO INCORPORATE THE FOLLOWING CHANGES:A.) PROVIDE ANSWERS TO THE RFIS SUBMITTED.B.) EXTEND BID OPENING FROM 30 MARCH 2026 TO 2 APRIL 2026 AT 2:00 PM EDT.C.) UPDATE FAR PROVISION 52.252-3, ALTERATIONS IN SOLICITATIOND.) REVISE CLIN 0002 DESCRIPTION FROM: REMOVAL AND SATISFACTORY DISPOSALAS#1 THROUGH AS#3 TO: REMOVAL AND SATISFACTORY DISPOSAL AS#1 AND AS#2.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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.