SOLICITATION NOTICE
Z -- FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
- Notice Date
- 11/6/2025 1:32:59 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W074 ENDIST SAVANNAH SAVANNAH GA 31401-3604 USA
- ZIP Code
- 31401-3604
- Solicitation Number
- W912HN26BA002
- Response Due
- 1/14/2026 9:00:00 AM
- Archive Date
- 01/29/2026
- Point of Contact
- Amy L Collins, Phone: 9126525505, Glenda CANTY, Phone: 9126525030
- E-Mail Address
-
Amy.L.Collins@usace.army.mil, glenda.a.canty@usace.army.mil
(Amy.L.Collins@usace.army.mil, glenda.a.canty@usace.army.mil)
- Description
- This synopsis is for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging � Select Sites. This acquisition is being offered as a 100% Small Business set-aside solicitation and will result in a single Firm Fixed Price Contract Award. The magnitude of this requirement per FAR 36.204 is between $1,000,000 and $5,000,000. Project Location: The work is located within the Savannah District�s portion of the AIWW shallow draft waterway in the state of South Carolina (Beaufort County) and in the state of Georgia (Chatham County). The AIWW in Savannah District begins in Port Royal Sound, South Carolina and ends in Cumberland Sound, Georgia. The AIWW is 12 feet deep MLLW with widths from 90 feet in land cuts to 150 feet in natural waterways. Project Description: Up to seventy-eight thousand (78,000) cubic yards of maintenance material is expected to be removed from the federally maintained channel from Daufuskie Reach. Up to one hundred thirty thousand (130,000) cubic yards of maintenance material is expected to be removed from the federally maintained channel from Isle of Hope Reach. Sediment to be dredged in Daufuskie Reach from stations 22+400 to 31+000 (Ramshorn Creek) and stations 41+000 to 45+000 (Walls Cut) may be pumped up to seven (7) miles to placement site 14B. Sediment to be dredged in Isle of Hope Reach from stations 24+000 to 35+200 (Wilmington River) will be pumped up to seven (7) miles to placement site DMCA 14B. Evaluation Criteria: The contract will be solicited and procured using Sealed Bidding Procedures under FAR Part 14. NOTE: This solicitation will be issued in electronic format and is anticipated to be available on or about November 21, 2025. Please note that only authorized transmission method for proposals in response to this solicitation is electronic format via the PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE), no other transmission methods (email, facsimile, regular mail, hand carried, etc.) will be accepted. The Offeror�s Bid must be received by the Government by the date/time specified in the solicitation. Offerors shall submit their proposal using the following link: https://piee.eb.mil/. The bid opening date will be specified in the solicitation when issued. No additional media (CDROM, floppy disks, faxes, etc.) will be provided. Any prospective Offeror must register in System for Award Management (SAM) at https://www.sam.gov After completing SAM registration, interested Contractors and their subcontractors must then follow the instructions listed in the solicitation documents to obtain access to the plans and specifications for this solicitation. Contractors that have an existing account should be able to use their existing logins to search for the solicitation number once it is released at https://www.sam.gov. It is the Offeror�s responsibility to check the internet address provided in the solicitation as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Please refer to https://pieetraining.eb.mil/wbt/xhtml/wbt/portal/overview/vendorRegister.xhtml for instruction posted at the PIEE website for vendor user registration. Please refer to https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml for all instructions and training posted at the PIEE website to include posting an o?er and proposal manager functions, roles, and capabilities. Please refer to https://dodprocurementtoolbox.com/site-pages/solicitation-module for additional instructions to include frequently asked questions and vendor access instructions. Contractual questions should be forwarded to the Contract Specialist, Amy L. Collins at Amy.L.Collins@usace.army.mil or the attention of the Contracting Officer, Glenda A. Canty at Glenda.A.Canty@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/70353068894d4e2eac78d702f862ef06/view)
- Place of Performance
- Address: Beaufort, SC, USA
- Country: USA
- Country: USA
- Record
- SN07636843-F 20251108/251106230039 (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 |