Skip to content
Department of Defense

FY26 AIWW Dredge Material Placement Facility (DMPF) Improvements 2

Solicitation: W912PM26BA002
Notice ID: 95b471e09ec04af6b91c016254f4d19d
TypePresolicitationNAICS 237990PSCZ1KFSet-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateNCPostedJan 27, 2026, 12:00 AM UTCDueJan 06, 2026, 07:00 PM UTCExpired

Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Jan 06, 2026. Industry: NAICS 237990 • PSC Z1KF.

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 $33,071,130,462 • 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 →

Description

The U.S. Army Corps of Engineers, Wilmington District requires a contract to perform FY26 AIWW Dredge Material Placement Facility (DMPF) Improvements 2.

This work includes the repair and improvement of four Atlantic Intracoastal Waterway (AIWW) upland placement areas located in Carteret, Onslow, Pender, and Brunswick Counties, North Carolina, and the repair and improvement of one upland placement area of Camp Lejeune located in Onslow County, North Carolina. The repair and improvement work will consist of clearing the upland placement areas, as well as raising and stabilizing the perimeter dikes. The perimeter dikes will be raised to varying elevations, not to exceed 20’ NAVD88.

Upland placement areas will also require the complete replacement of spillway systems which consists of a platform structure, stoplogs, and pipe system to drain water from future dredged material to be placed at the site. Across the five upland placement areas are a total of six spillway systems that will need to be replaced.

There is an environmental window for bats which affect tree clearing which is from December 15 to February 15 for Winter Torpor and from May 1 to July 15 for Pupping season.

This solicitation is a 100% Small Business set-aside.

The contract issued will be Firm Fixed Price.

The Magnitude of Construction of this project is between $5,000,000.00 and $10,000,000.00. 

This solicitation will be issued in electronic format only and will be available on or about 6 January 2026.

The bid opening date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, facsimiles, etc) will be provided.   Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. 

The North American Industry Classification System (NAICS) code is 237990 – Dredging and Surface Cleanup Activities and the size standard is $37,000,000.00

Offerors must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at www.sam.gov. After completing SAM, in order to download documents contractors and their subcontractors must register at www.sam.gov. In order to locate solicitation, Contractors can go to www. sam.gov and search for the solicitation number.

Contractors can register to be put on a plan holders list that others can access through the www.sam.gov website. It is the Offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Jenifer Garland, Contract Specialist, phone (910) 251-4134, email jenifer.m.garland@usace.army.mil or Rosalind Shoemaker, Contract Office, phone (910) 251-4436, email rosalind.m.shoemaker@usace.army.mil.

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.