Dredge Material Placement Model Supplies
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Engineer Research and Development Center (ERDC), Coastal Hydraulics Laboratory (CHL) is soliciting quotes for Dredge Material Placement Model Supplies. This acquisition is a Total Small Business Set-Aside and seeks a single purchase order for the lowest priced technically acceptable offeror. The supplies are crucial for building a stable model area to support the USACE's objective of increasing the beneficial use of dredge material. Quotes are due by January 30, 2026.
Scope of Work
The requirement is for various dredge material placement model supplies, including specific fittings, pipes, aggregate, rebar, concrete, and a comprehensive list of concrete forms, anchors, scaffolding brackets, turnbuckles, and clamps. Key items include 24" 90-degree stainless fittings and pipes, #610 aggregate, #5 and #7 Grade 60 rebar, and 4500 PSI concrete. Several items are designated as "Brand Name Only" (e.g., Sika Swellstop products, Tensar InterAxTM Geogrid), while others allow for "Brand Name or Equal" products. For "equal" products, bidders must meet salient characteristics and provide detailed manufacturer information.
Contract & Timeline
- Contract Type: Request for Quote (RFQ) leading to a single Firm Fixed-Price purchase order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 332510 (Metal Tank and Boiler and Other Container Manufacturing) with a 750-employee size standard.
- Response Due: January 30, 2026, by 2:00 PM (previously January 28, 2026).
- Published: January 26, 2026 (Amendment 0001).
- Period of Performance: Base materials within 30 calendar days of award; optional materials within 30 days of option exercise (aggregate within 15 days). Overall period not to exceed six months.
- Delivery Location: ERDC Coastal and Hydraulics Laboratory, Vicksburg, MS (FOB Destination).
Key Amendments & Clarifications
Amendment 0001, issued January 26, 2026, extended the response date and clarified several line item descriptions (CLINs 0001, 0002, 0025-0029). Specific dimensions and features were added, such as "welded" for fittings/pipes, and detailed specifications for concrete anchors, scaffold brackets (400 lbs SWL), turnbuckles, and waler clamps. A Vendor Q&A document further clarified these details and emphasized that partial quotes will be found technically unacceptable. All line items (7-27) must be consistent with the provided concrete form system.
Submission Requirements & Evaluation
Offerors must submit a technical description of items, including product literature, to demonstrate compliance. Quotes must certify compliance with the nonmanufacturing rule, requiring a minimum of 50% of total proposed items to be manufactured by small business concerns. Evaluation will be based on technical acceptability and price, with award to the lowest priced technically acceptable offeror. The Government reserves the right to award without discussions and will not evaluate other technical quotes if the lowest priced quote is technically acceptable. All offerors must be registered in SAM.gov. Requests for clarification must be submitted in writing to CHL-CT-QUOTES@usace.army.mil at least 5 calendar days prior to closing, referencing "W912HZ26QA010."