Opportunity
SAM #W912EP26BA006
Tampa Harbor Maintenance Dredging and Environmental Services Solicitation
Buyer
Jacksonville District
Posted
May 01, 2026
Respond By
June 18, 2026
Identifier
W912EP26BA006
NAICS
237990
This opportunity involves maintenance dredging and environmental services for Tampa Harbor, led by the U.S. Army Corps of Engineers, Jacksonville District: - Government Buyer: - U.S. Army Corps of Engineers, Jacksonville District (ENDIST JACKSONVILLE) - Scope of Work: - Maintenance dredging from Egmont Cut-1 through Mullet Key Cut in Tampa Harbor - Placement of dredged material in the Beach Placement Area on Egmont Key - Environmental and compliance services including: - Turbidity monitoring - Sea turtle trawling - Environmental species monitoring - Vibration control monitoring - Screening - MEC (Munitions and Explosives of Concern) construction support - Tilling - All dredge equipment must be U.S. Coast Guard certified - Contract Structure: - Firm fixed-price contract - Base work plus two options, with varying completion dates depending on options exercised - Products/Services Requested: - No specific OEMs, part numbers, or vendors are named - NAICS code: 237990 (Dredging and Surface Cleanup Activities) - Unique Requirements: - Strict environmental monitoring and compliance - Use of certified dredge equipment - Estimated Value: - Between $10,000,000 and $25,000,000 - Place of Performance: - Hillsborough County, Florida (Tampa Harbor, Egmont and Mullet Key Cuts) - Contracting office located at 701 San Marco Blvd, Jacksonville, FL
Description
DESCRIPTION OF WORK: The U.S. Army Corps of Engineers, Jacksonville District, intends to issue an Invitation for Bid (IFB) to award a single firm fixed-price contract. The project work consists of maintenance dredging within Egmont Cut-1 Through Mullet Key Cut. Incorporate 1 foot of allowable overdepth for all dredging areas. Place dredged material in the designated Beach Placement Area on Egmont Key. Additional work includes turbidity monitoring, sea turtle trawling, environmental species monitoring, vibration control monitoring, screening, MEC construction support and tilling. Work is divided into a base and two options. A pre-bid site visit will be held on Wednesday, 27 May 2026 at 10:00 AM EDT. Refer to FAR 52.236-27 for additional details regarding location and registration instructions. A pre-bid conference will also be held virtually on 29 May 2026 at 10:00 AM EDT. Utilize the following link and call-in information Microsoft Teams Meeting: HTTPS://WWW.MICROSOFT.COM/EN-US/MICROSOFT-TEAMS/JOIN-A-MEETING Meeting ID: 993 678 805 235 / Passcode: 4Dw7NZ7X or DIAL IN BY PHONE at +1 601-262-2433, Phone Conference ID: 881 368 249#. NAICS Code is: 237990, Dredging and Surface Cleanup Activities The Small Business Standard is $37 million. The Estimated Magnitude of construction is between $10,000,000 and $25,000,000. The anticipated period of performance associated with this requirement is: (a) Commence work under this contract within sixty (60) calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than: 16 November 2026 for the BASE work only, 16 December 2026 if only option A is exercised, 1 December 2026 if only option B is exercised, and 31 December 2026 if all Options are exercised. The time stated for completion shall include final cleanup of the premises. The completion date is based on the assumption that the successful offeror will receive the notice to proceed by 31 July 2026. THIS WILL BE AN UNRESTRICTED SOLICITATION. U.S. COAST GUARD CERTIFIED DREDGE EQUIPMENT IS REQUIRED TO COMPLETE THE WORK. The Invitation for Bid (IFB) will be issued on or about 18 May 2026 and bids will be due on or about 18 June 2026. Actual dates and times will be identified in the solicitation. The solicitation will be issued in electronic format only and will be posted on the Sam.gov website at https://sam.gov/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Sam.gov website at https://sam.gov/. If you are not registered, the Government is not responsible with providing you with notification of any amendments to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/. All inquiries must be in writing via ProjNet. Instructions on how to access ProjNet will be included in the solicitation. All answers will be provided in writing via ProjNet. The only authorized transmission method for a bid in response to this solicitation is electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. NO OTHER TRANSMISSION METHODS (EMAIL, FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.) WILL BE ACCEPTED. The bids must be received by the Government by the date/time specified in the solicitation. Bidders shall submit their bid via the PIEE website?s Solicitation Module using the following link: https://piee.eb.mil/. Instructions on how to submit a bid can be found using the following link: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf Additional Links:Department of Defense Procurement ToolboxPIEE Solicitation Module Link for W912EP26BA006Registration Instructions for the PIEE Solicitation ModuleWeb Based Training for the PIEE Solicitation Module