Mid-Bay James Island Phase 1 Ecosystem Restoration
Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: Dorchester County, Maryland • 21634. Response deadline: Feb 19, 2026. Industry: NAICS 237990 • PSC Y1KF.
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.
Point of Contact
Agency & Office
More in NAICS 237990
Description
The USACE Baltimore District intends to solicit for an award a James Island is an ecosystem restoration project (part of the Mid-Chesapeake Bay Island Ecosystem Restoration project, commonly referred to as Mid-Bay) located in the middle Chesapeake Bay in Dorchester County, Maryland, approximately 72 miles south-southeast of the Port of Baltimore and two miles west of Hoopers Island. This contract will include the construction of multiple features at James Island that facilitate the restoration efforts: (1) Construction of dikes; and (2) dredging and stockpiling of sand materials. Dikes (approximately 10,000 linear feet): this feature will include the installation of stone, geotextile and sand materials to create a perimeter dike structure. Stone and geotextile materials will be shipped to the site and installed. Sand materials will be dredged from a local borrow area. Sand Stockpiling (approximately 3,000,000 cubic yards): this feature will include the excavation of substantial sand materials from a local borrow area with placement occurring within the newly constructed dikes (containment area) for future dike construction. The borrow area for sand material excavation (dredging) is located immediately adjacent to the construction area. All work will be performed adjacent to James Island in the Chesapeake Bay, a remote location accessible only by boat. The Contractor shall provide all necessary labor, equipment, materials, and transportation to perform the construction. The magnitude of construction is between $100,000,000 and $250,000,000.00. The construction duration is approximately 1095 calendar days from the Notice to Proceed. ***Amendment 0001, dated 21 November 2025, the purpose of this amendment is to provide the correct period of performance to 540 calendar days, update clauses 52.211-12, 52.211-10 and 52.217-7, update provision 52.204-8, remove clause 52.226-1 and to include clauses 52.219-16, 52.242-5, 252.219-7000 and 252.219-7003. All other terms and conditions of the solicitation remain unchanged.****Amendment 0003 dated 18 December 2025, The purpose of this amendment is to provide clarifications from the RFI responses; 1. The Government will not be extending the RFI period for this solicitation. No further RFIs will be accepted. 2. Draft conditions for the permits were provided in Amendment 0002. The Government does not expect any substantive change in conditions between the draft language provided and the final permits. The Government will provide final permits to all bidders upon receipt, 3. CLIN 0003AK Type A Geotextile quantity changed to 10,026 SY. All other terms and conditions of this solicitation remain unchanged.***Amendment 0004, dated 22 December 2025, The purpose of this amendment is to change the bid opening date from 13 January 2026 at 1100 am (EST) to 27 January 2026 at 1100 am (EST) and to provide an updated wage determination MD20250005 dated 12 December 2025. All other terms and conditions of this solicitation remain unchanged.*****Amendment 0005, dated 07 January 2026, the purpose of this amendment is to provide the Tidal Wetlands License and Water Quality Certification and to provide updated wage determination MD20260005 dated 02 January 2026. All other terms and conditions of this solicitation remain unchanged. *****Amendment 0006 dated 20 January 2026, The purpose of this amendment is to: 1. Remove all PLA requirement language from the solicitation. PLAs will not be required for this project. 2. Revise the Instructions to Bidders Section in the Solicitation. 3. Remove Clause 52.222-33, Notice Requirement for Project Labor Agreement from the solicitation. 4. Change the bid due date from 27 January 2026 at 1100 am (EST) to 19 February 2026 at 1100 am (EST). 5. To provide a pdf version of the bid schedule. 6. Re-open the Request for Information in Projnet. All RFIs must be submitted no later than 27 January 2026 at 1100 am (EST). All other terms and conditions of this solicitation remain unchanged.******Amendment 0007, dated 05 February 2026, the purpose of this amendment is to provide the Request for Information Responses, Amendment 0007 Specification Changes, Sheets GI103 and C-101 and updated wage determination MD20260005 dated 30 January 2026. All other terms and conditions of this solicitation remain unchanged. *****
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.