Opportunity

SAM #W912BU26BA027

USACE Seeks Contractors for Delaware Bayshore Dredging and Material Placement Project

Buyer

USACE Philadelphia District

Posted

May 07, 2026

Respond By

May 27, 2026

Identifier

W912BU26BA027

NAICS

237990

The U.S. Army Corps of Engineers (USACE), Philadelphia District, is seeking market research responses for a large-scale dredging and beneficial use project along the Delaware Bayshore. - Government Buyer: - U.S. Army Corps of Engineers (USACE), Philadelphia District (Department of Defense, Department of the Army) - OEMs and Vendors: - No specific Original Equipment Manufacturers (OEMs) or vendors are named in this notice - Products/Services Requested: - Maintenance dredging of approximately 500,000 cubic yards of sediment from the Delaware River main navigation channel - Beneficial placement of dredged material onto Delaware Bayshore communities: Pickering Beach, Kitts Hummock, Bowers, and Slaughter Beach, Delaware - Optional work includes additional dredging and placement into the Buoy 10 overboard site in the Delaware Bay - Unique or Notable Requirements: - Estimated project value is between $25 million and $100 million - NAICS code 237990 (Dredging and Surface Cleanup Activities) with a $37 million SBA size standard - Respondents must demonstrate relevant past project experience, business classification, and bonding capacity - No specific products, part numbers, or OEM equipment are required; the focus is on dredging and material placement services - Place of Performance: - Delaware Bayshore communities (Pickering Beach, Kitts Hummock, Bowers, Slaughter Beach) - Buoy 10 overboard placement site in the Delaware Bay - USACE Philadelphia District office (contracting office)

Description

Sources Sought Notice for Delaware Bayshore, Beneficial Use of Dredged Material

REQUEST FOR INFORMATION

THIS IS A REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.

This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The specifications for this requirement will only be available upon solicitation issuance.

REQUIREMENT:

The U.S. Army Corps of Engineer (USACE), Philadelphia District (NAP), anticipates a requirement for the Delaware Bayshore, Beneficial Use of Dredged Material Project. The estimated magnitude of this project is between $25,000,000 and $100,000,000.

DESCRIPTION:

Contract work consists of maintenance dredging of approximately 500,000 cubic yards of sediment within the Delaware River, Philadelphia to Sea main navigation channel between Stations 448+000 and 560+000 (Brandywine Range) with beneficial use placement of the dredged material onto the Delaware Bayshore Communities of Pickering Beach, Kitts Hummock, Bowers and Slaughter Beach, DE. There will be Option Work for maintenance dredging between Stations 385+000 and 448+000 (Cross Ledge & Miah Maull Ranges) with placement of the dredged material into the Buoy 10 overboard placement site in the Delaware Bay. All dredging will be performed to the required depths indicated with 1 or 2-foot allowable overdepth.

The estimated period of performance will be 300 calendar days.

The anticipated North American Industrial Classification System (NAICS) code is 237990, Dredging and Surface Cleanup Activities, with an SBA Size standard of $37.0M.

SURVEY:

The Government is issuing this notice to determine a competitive basis. This is not a solicitation, and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only prospective contractors capable of performing this type of work should respond to this Request for Information.

Your response to this survey is requested by 2:00 PM Eastern Time, 27 MAY 2026. Please send by email to Eric Leach at Eric.A.Leach@usace.army.mil and Brandon Mormello at Brandon.R.Mormello@usace.army.mil. Include in the title "Sources Sought- Delaware Bayshore, Beneficial Use of Dredged Material” as the subject line in email communications. All submitted responses must be in either Microsoft Word or Adobe pdf format. 

Name of your firm: CAGE/Unique Entity Identifier: Point of Contact, Phone Number, and E-mail Address: List three (3) projects completed within ten (10) years of the date of this notice that demonstrates experience, as a prime contractor or subcontractor, for the construction of maintenance dredging.

Project # 1

Project Name: Contract Number (if applicable): Year Completed: Was the project completed on time? Prime or Subcontractor: Type and percentage of work self-performed (based on contract value): Dollar Amount: General description of project:

Project # 2

Project Name: Contract Number (if applicable): Year Completed: Was the project completed on time? Prime or Subcontractor: Type and percentage of work self-performed (based on contract value): Dollar Amount: General description of project:

Project # 3

Project Name: Contract Number (if applicable): Year Completed: Was the project completed on time? Prime or Subcontractor: Type and percentage of work self-performed (based on contract value): Dollar Amount: General description of project:

5. Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HUBZone, 8(a), SDVOSB, WOSB, etc.)?

6. For this requirement, what percentage of this work would you subcontract (reference FAR 52.219-14, Limitations on Subcontracting)? 

7. What type of work requirements will you subcontract out to small businesses?

8. Do you plan to subcontract to only small businesses?

9. If the answer to question 8 is “yes”, are these small businesses with a sub-category (e.g. e.g. HUBZone, 8(a), SDVOSB, WOSB, etc.)

10. What is your bonding capacity per contract?

11. What is your aggregate bonding capacity per contract?

12. If this requirement is advertised, do you anticipate submitting a proposal?

View original listing