AIWW DA 64 Subsurface Investigation
ID: W912PM25QA002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

NAICS

Geophysical Surveying and Mapping Services (541360)

PSC

SPECIAL STUDIES/ANALYSIS- GEOTECHNICAL (B519)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for a subsurface investigation project at the Atlantic Intracoastal Waterway Disposal Area 64 in Onslow County, North Carolina. The project entails executing nine cone penetrometer tests (CPT) to gather critical data for evaluating dike stability, with a focus on safety compliance and timely data submission. This investigation is essential for assessing material stability in a significant environmental area, ensuring adherence to rigorous safety and operational standards. The total contract value is estimated at $28.5 million, with proposals due by March 13, 2025. Interested vendors should contact Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil or Sonny Smith at sonny.z.smith@usace.army.mil for further details.

    Files
    Title
    Posted
    The government file outlines the scope of work for subsurface investigations at the Atlantic Intracoastal Waterway Disposal Area 64 in Onslow County, NC, set for October 2024 to February 2025. The project involves the contractor executing nine cone penetrometer tests (CPT) to collect crucial data for evaluating dike stability in preparation for potential raises. Responsibilities include providing qualified personnel, complying with safety regulations, and ensuring timely submission of raw data for review by the U.S. Army Corps of Engineers (USACE). Specific attention is given to site access logistics, including barge transport, and safety protocols, necessitating an Accident Prevention Plan prior to work commencement. The document illustrates the structured timeline for all project phases and emphasizes compliance with security protocols. A site visit is scheduled for March 2025, requiring RSVP from interested vendors. Overall, this project is vital for assessing material stability in a significant environmental area while adhering to rigorous safety and operational standards.
    The document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits for various occupations in Onslow County, North Carolina. It outlines wage requirements based on contracts subject to Executive Orders 14026 and 13658. For contracts sourced after January 30, 2022, the minimum wage is set at $17.75 per hour, while contracts awarded between January 1, 2015 and January 29, 2022 must meet a minimum of $13.30 per hour. The wage determination specifies pay rates for numerous roles under different occupational codes, listing applicable fringe benefits like health and welfare, vacation, and holiday pay. It also describes additional provisions concerning uniform allowances, hazardous pay differentials, and sick leave as mandated by Executive Order 13706. This document serves as an essential guideline for federal contracting agencies and contractors ensuring compliance with wage laws and worker protections, particularly relevant in the context of federal grants and RFPs pursuing service contract funding in specified localities.
    The document outlines the Scope of Work (SOW) for a subsurface investigation at Disposal Area 64 of the Atlantic Intracoastal Waterway in Onslow County, NC. The contractor is required to conduct nine cone penetrometer test (CPT) soundings to gather critical soil data for evaluating the stability of the dike prior to potential raises. The contractor must provide qualified personnel, equipment, and coordinated services while adhering to a strict timeline for submittals and approvals outlined in the document. Key responsibilities include maintaining communication with US Army Corps of Engineers (USACE) personnel, ensuring safety during operations, and managing site access logistics, given the disposal area's island location. Specifics on data reporting, safety protocols, and contractor obligations to mitigate risks and comply with security clearances are stressed. The work's success hinges on accurate CPT data collection that meets government standards and facilitates further analyses for proposed infrastructure enhancements, reflecting the government's commitment to maintaining environmental stability in key waterway areas.
    The document outlines a solicitation for a contract under the Women-Owned Small Business (WOSB) program, specifically for a subsurface investigation project in the Atlantic Intracoastal Waterway Disposal Area 64, located in Onslow County, NC. The primary objective is to procure commercial products and services, with a total award amount of $28,500,000. Detailed requirements include a firm-fixed pricing arrangement for a single job and a completion time of 90 days post-award. The solicitation emphasizes adherence to various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, focusing on compliance issues like employee rights and contractor responsibilities. The evaluation criteria for bids prioritize price, technical capability, and past performance, with specific documentation required from offerors to demonstrate their qualifications. This solicitation illustrates government efforts to support women-owned businesses while ensuring accountability and regulatory compliance in federal contracts.
    The document is a Women-Owned Small Business (WOSB) solicitation/contract for a project involving subsurface investigation at the Atlantic Intracoastal Waterway Disposal Area 64 in Onslow County, NC. The contract, with a total award amount of USD 28.5 million, requires interested businesses to submit offers by March 13, 2025, with detailed specifications and pricing arrangements provided in the solicitation. Key components include the description of supplies/services, requirements for inspection and acceptance, delivery schedules, and administrative contact information. It emphasizes compliance with various Federal Acquisition Regulation (FAR) clauses that govern contract execution, including provisions focusing on fair labor standards, small business participation, and economic equity for women-owned businesses. The document outlines the evaluation criteria for bids, emphasizing price, technical capability, and past performance, guiding potential contractors in demonstrating relevant experience. This solicitation aligns with federal government goals to support women-owned businesses and small enterprises, ensuring equitable opportunities in federal contracts and fostering diversity in procurement processes.
    This document serves as an amendment to a federal solicitation for a subsurface investigation at the Atlantic Intracoastal Waterway Disposal Area 64 in Onslow County, NC. The primary purpose is to notify potential contractors of changes to the solicitation, specifically extending the response due date from March 5, 2025, to March 13, 2025, and adding a mandatory site visit. Key modifications include updates to the attached documentation, replacing the previously listed Scope of Work with a new Statement of Work, each containing ten pages. Additionally, new FAR clauses, particularly regarding site visits, have been incorporated. The document emphasizes the necessity for contractors to acknowledge receipt of the amendment, as failure to do so may result in the rejection of their offers. Overall, this amendment clarifies essential changes and ensures compliance with procedural requirements surrounding federal procurement processes.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    MOTSU 25-001 Berm Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU 25-001 Berm Repairs project at the Military Ocean Terminal Sunny Point in North Carolina. The primary objective of this project is to address deficiencies in earthen berms that serve as safety barriers for ammunition and explosive storage areas, which includes heavy tree clearing, erosion control, and significant earthwork to comply with explosive safety regulations. This project is critical for maintaining operational safety at MOTSU, with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and relevant information by December 20, 2024, to the designated Army Corps contracting officials, with all submissions being treated as government property.
    Atlantic Intracoastal Waterway (AIWW) Dredged Material Placement Facility (DMPF) Improvements
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking information from qualified contractors for the Atlantic Intracoastal Waterway (AIWW) Dredged Material Placement Facility (DMPF) Improvements project, located in Morehead City, North Carolina. The project involves the repair and enhancement of six upland placement areas, including excavation and raising perimeter dikes to elevations between 5 and 20 feet, as well as constructing a spillway system for future dredged material. This initiative is crucial for maintaining the integrity and functionality of the waterway, with an estimated construction value between $5 million and $10 million. Interested firms must submit their qualifications and relevant documentation by December 31, 2024, to Jenifer Garland and Rosalind Shoemaker via email at the provided addresses.
    FY26 COASTAL STORM RISK MANAGEMENT CAROLINA BEACH & VICINITY, NEW HANOVER COUNTY, NORTH CAROLINA.
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the FY26 Coastal Storm Risk Management project in Carolina Beach and vicinity, New Hanover County, North Carolina. This presolicitation opportunity involves heavy and civil engineering construction, specifically focusing on the maintenance of dredging facilities to enhance coastal resilience against storm risks. The project is critical for safeguarding the local infrastructure and environment from potential storm damage, ensuring the safety and sustainability of the coastal community. Interested parties can reach out to primary contact Diana Curl at diana.d.curl@usace.army.mil or by phone at 910-251-4915, or secondary contact Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil or 910-251-4436 for further details.
    FY26 Maintenance Dredging Military Ocean Terminal, Sunny Point
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking contractors for maintenance dredging at the Military Ocean Terminal, Sunny Point (MOTSU) in Brunswick County, North Carolina. The project involves the removal and disposal of approximately 705,000 cubic yards of shoaled material from various channels and basins, with specific dredging depths and environmental windows for operations. This maintenance dredging is crucial for ensuring navigability and operational efficiency at the terminal, with a contract value estimated between $5 million and $10 million. Interested contractors must be registered in the System for Award Management (SAM) and can contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil for further details, with the solicitation expected to be issued electronically on or about April 18, 2025.
    PI2045M Parris Island 3rd Battalion Pond Causeway Repair
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves roadway rehabilitation, the construction of new channels to replace existing culverts, and adherence to environmental regulations, with an estimated construction cost between $10 million and $25 million. The initiative is crucial for maintaining infrastructure integrity and operational readiness while ensuring compliance with environmental safety standards. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    Repair Infiltration Problem In Lift Station, B3862
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the repair of an infiltration problem at Lift Station B3862 located at Marine Corps Air Station Cherry Point, North Carolina. The project aims to address a specific leak using hydrophobic polyurethane grout to seal a concrete joint, with an estimated cost range of $25,000 to $100,000 and a completion deadline of 90 days post-award. This initiative is crucial for maintaining the operational integrity of military infrastructure and ensuring compliance with federal wage determinations and safety regulations. Interested contractors must submit their proposals by March 5, 2025, and can contact Joanna Miller at joanna.d.miller2.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
    Philpott Bulkhead Testing
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Wilmington District, is soliciting quotes for strength and material testing of the Philpott Dam's secondary bulkhead in New Hanover County, North Carolina. The contractor will be responsible for conducting various tests on the bulkhead's steel and welds, including chemical analyses, tensile, bending tests, and 100% non-destructive testing of fillet welds, following a detailed Performance Work Statement. This procurement is critical for ensuring the structural integrity and safety of the bulkhead after inspections revealed weld inconsistencies and a fractured beam. Interested contractors must submit both a price quote and a technical proposal via email by February 24, 2025, with inquiries directed to Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.
    Maintenance Dredging, Wilmington Harbor Inner Ocean Bar
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking contractors for maintenance dredging at Wilmington Harbor's Inner Ocean Bar in North Carolina. This project aims to ensure navigability and safety in the harbor by removing sediment and debris that may obstruct maritime traffic. Maintenance dredging is crucial for maintaining the operational capacity of harbors, supporting both commercial and recreational maritime activities. Interested contractors can reach out to Diana Curl at diana.d.curl@usace.army.mil or call 910-251-4915 for further details, while Rosalind M. Shoemaker is available at rosalind.m.shoemaker@usace.army.mil or 910-251-4436 for additional inquiries.
    Greenville Utilities Commission, Section 14 Streambank and Shoreline Erosion Protection Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking sources for the Greenville Utilities Commission's Section 14 Streambank and Shoreline Erosion Protection Project in Greenville, North Carolina. This project aims to address streambank and shoreline erosion, which is critical for maintaining the integrity of local water resources and infrastructure. The procurement falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and involves the repair or alteration of non-building facilities. Interested parties can reach out to Sonny Smith at sonny.z.smith@usace.army.mil or call 910-251-4493 for further details.
    BEJ Crane Service
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide crane services and operator labor for the B. Everett Jordan Dam in Moncure, North Carolina. The procurement involves two phases of work, including the operation of rough-terrain cranes for gate and conduit inspections, with specific requirements for crane capacity, operator certification, and compliance with safety regulations such as EM 385-1-1 and OSHA guidelines. This opportunity underscores the importance of safety and regulatory adherence in federal contracts involving heavy equipment operations. Interested parties must submit a price quote and technical proposal by March 5, 2025, and can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil for further information.