Showellton Avenue Pavement Restoration Absecon, New Jersey
SOL #: W912BU26BA022Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST PHILADELPHIA
PHILADELPHIA, PA, 19103-0000, United States
Place of Performance
Absecon, NJ
NAICS
Highway (237310)
PSC
Miscellaneous Items (9999)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Apr 2, 2026
2
Submission Deadline
May 1, 2026, 4:30 PM
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 Department of the Army, through USACE Philadelphia District, is soliciting bids for Pavement Restoration on Showellton Avenue in Absecon, New Jersey. This project addresses a sinkhole related to the Price Landfill Superfund site. This is a Total Small Business Set-Aside. Sealed bids are due by May 1, 2026.
Scope of Work
This project requires the restoration of pavement at a sinkhole located on Showellton Avenue, Absecon, NJ, near a former soil boring site associated with the Price Landfill Superfund Site. The scope includes:
- Providing all labor, equipment, materials, and supplies for pavement restoration at 257 Showellton Avenue.
- Excavation and removal of unsuitable material.
- Placement of approximately 5 feet of compacted aggregate, overlain by a triaxial geogrid.
- Installation of the standard pavement section for the City of Absecon, consisting of 6 inches of soil aggregate, 6 inches of bituminous stabilized base course, and 2 inches of bituminous concrete surface course.
- Construction of transition sections where the restoration area meets the existing road.
- Estimated quantities include 140 cubic yards of excavation, 105 cubic yards of aggregate, 16 cubic yards of pavement subgrade, 16 cubic yards of asphalt base course, and 5.2 cubic yards of asphalt surface course.
- The restoration area extends the full width of the roadway and approximately 10 feet longitudinally beyond the soil borings.
Contract & Timeline
- Contract Type: Invitation for Bid (IFB), Firm Fixed Price.
- Period of Performance (POP): 2 years from the date of award. Performance must begin within 30 calendar days and be completed within 180 calendar days after receiving notice to proceed.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Solicitation Number: W912BU26BA022.
- Published Date: April 2, 2026.
- Sealed Bids Due: May 1, 2026, by 12:30 PM local time.
- Public Opening: Bids will be publicly opened at the due date/time.
Submission & Evaluation
- Offers must be submitted as sealed bids.
- Sealed envelopes must be clearly marked with the offeror's name, address, solicitation number, and due date/time.
- Offers providing less than 15 calendar days for Government acceptance will be rejected.
- No performance or payment bonds are required for this project.
Special Requirements & Notes
- A geotechnical evaluation was performed in April 2025, including soil borings and laboratory testing (moisture content, Atterberg Limits, sieve analysis, soil classification, California Bearing Ratio, Standard Proctor). Results are included in the Pavement Restoration Plan drawing.
- The contractor MUST verify all utilities and monitoring wells within and adjacent to the limit of work prior to construction. No utility location has been performed by the government. The contractor shall avoid and protect existing utilities and repair any impacts.
- Monitoring wells are to be abandoned and boreholes filled with grout in accordance with New Jersey regulations.
- Groundwater is not expected to be encountered during construction.
- Work shall be performed with appropriately qualified Quality Control (QC) representation.
- Bidders must adhere to prevailing wage rates and classifications as outlined in the Davis-Bacon Act wage determinations included in the solicitation.
Contact Information
- Primary: HENRY SEMBE, HENRY.SEMBE@USACE.ARMY.MIL, (215) 656-3202.
- Secondary: Cherita Williams, cherita.l.williams@usace.army.mil, (215) 656-6775.
People
Points of Contact
HENRY SEMBEPRIMARY
Cherita WilliamsSECONDARY
Files
Versions
Version 1Viewing
Solicitation
Posted: Apr 2, 2026