Oak Island Vibracore Services
ID: W912PM25QA014Type: 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- GEOLOGICAL (B517)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors to provide vibracore services for a project located offshore of Oak Island, North Carolina. The procurement involves drilling 110 vibracores, conducting laboratory tests on sediment samples, and developing comprehensive drilling logs, with a total estimated contract value of $28.5 million and a performance timeline of 185 calendar days from the award date. This opportunity is a total small business set-aside, emphasizing the importance of compliance with federal regulations and the inclusion of women-owned small businesses in the bidding process. Interested parties must submit their price quotes and technical proposals electronically by May 15, 2025, at 2:00 PM Eastern Time, to the designated contacts, Rosalind M. Shoemaker and Jenifer Garland, via the provided email addresses.

    Files
    Title
    Posted
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor. It outlines the minimum wage rates and fringe benefits for various occupations in North Carolina and South Carolina, applicable to contracts awarded after specific dates. Contracts from January 30, 2022, require a minimum hourly wage of $17.75, while contracts from January 1, 2015, to January 29, 2022, mandate a wage of at least $13.30 per hour. It provides detailed wage rates for numerous occupations, emphasizing additional benefits like health and welfare, vacation, and holidays, including a note on paid sick leave under Executive Order 13706. The document explains the conformance process for unlisted job classifications and the requirements for uniform allowances. This wage determination serves as a crucial guideline for contractors and assists in ensuring compliance with federal regulations, helping promote fair labor standards in government contracts. It reflects the government's commitment to protecting workers in federally funded projects by establishing fair compensation and benefits.
    The Performance Work Statement outlines the requirements for a subsurface investigation and geotechnical laboratory analysis project by the U.S. Army Corps of Engineers in Brunswick County, North Carolina. The contractor is tasked with conducting vibracore sampling, drilling 110 vibracores up to 10 feet below the ocean floor, and performing laboratory tests on sediment samples. The project spans 185 calendar days from contract award and involves coordination with specific government contacts. Key responsibilities include providing qualified personnel, adhering to safety regulations, and maintaining a detailed reporting system that captures drilling logs, photographic records, and laboratory test outcomes. Payment processes mandate compliance with detailed invoicing requirements. The document underlines the importance of safety in operational procedures and detailed record-keeping to support project objectives, emphasizing regulatory adherence and quality standards throughout the investigation and analysis phases.
    The U.S. Army Corps of Engineers is seeking contractors for a Subsurface Investigation and Geotechnical Laboratory Analysis project for the Brunswick County Beaches offshore of Oak Island, North Carolina. The contractor will conduct 110 vibracore samplings, drilling to a depth of ten feet below the ocean floor, and analyze soil samples in accordance with established protocols. Key responsibilities include providing qualified personnel, coordinating with assigned officials, and maintaining a stringent timeline of 185 days from contract award to report submission. The contractor must rely on government databases for data entry and adhere to safety and security regulations. All findings will be compiled into a Draft Report for review before finalizing the Final Report, which includes lab results and drilling logs. Proposals must outline detailed costs, including vibracore collection and laboratory testing, alongside safety plans. This document serves as part of the federal RFP process, aimed at enhancing coastal management and environmental monitoring through technical expertise in geology and ocean engineering.
    The document pertains to the Request for Proposal (RFP) for Oak Island Vibracore Services, focusing on the government's expectations and requirements regarding the project timeline, deliverables, and data management. It confirms that the timeline accounts for weather-related downtimes, with all work to be completed within 185 calendar days from contract award. The RFP specifies the procurement of 17 vibracores and 66 archival lab samples, which must be shipped to the Wilmington District Office, with the contracted party responsible for preparing these samples. Regarding data management, the contractor may upload data to Bentley OpenGround at their convenience, allowing for offline processing. The contract award is anticipated within 30 days of the solicitation closing date, and bidders are expected to adhere to the specified timeline without flexibility for adjustments. This document reflects the structured approach of federal RFP processes, outlining critical deliverables, processing timelines, and expectations for potential contractors while emphasizing compliance and logistical details essential for successful project execution. It serves as a foundational reference for bidders considering participation in the vibracore project.
    The document outlines a solicitation for Commercial Products and Services under the Women-Owned Small Business (WOSB) program, specifically addressing the Oak Island Vibracore Services project. The solicitation includes essential information such as the requisition number, contract details, and the offer due date. The contract mandates inspections at designated locations and specifies service requirements, including mobilization, vibracore collection, and laboratory tests. The total estimated award amount is USD 28,500,000, with a performance timeline of 185 calendar days from the award date. The solicitation emphasizes adherence to federal provisions, small business regulations, and associated clauses aligning with acquisition integrity and contractor obligations. Contractors must provide comprehensive plans detailing operational logistics, qualifications of personnel, laboratory verifications, and compliance with federal regulations for cost evaluations and performance standards. This document serves as an essential guideline for potential contractors to understand the project's requirements and their contractual responsibilities, focusing on enhancing opportunities for women-owned businesses while adhering to federal procurement standards.
    The document outlines the solicitation for commercial products and services targeted at Women-Owned Small Businesses (WOSB), specifically for Oak Island Vibracore Services. It includes critical information such as contract details, timelines, and necessary compliance clauses that bidders must adhere to in their proposals. The solicitation emphasizes submitting a comprehensive Vibracore plan detailing operational logistics, crew qualifications, and laboratory testing. It incorporates various Federal Acquisition Regulation (FAR) clauses which buyers and sellers must follow for compliance, including aspects related to small business qualifications and payment terms. The evaluation process is structured to prioritize price, technical competence, and past performance, with clear criteria for acceptable proposals. The purpose of the solicitation is to enhance procurement opportunities for women-owned businesses while ensuring high-quality service delivery in environmental services. Compliance with regulatory standards is essential for contract eligibility and execution.
    This document serves as an amendment to a solicitation, extending the deadline for submitting offers while outlining the necessary acknowledgment processes by contractors. Offers must be acknowledged prior to the specified deadline, and changes to previously submitted offers can be made through written communication referencing the amendment. The amendment details updates to the Performance Work Statement related to the Oak Island Vibracore project, including modifications to documentation and specification references. Specifically, it replaces an earlier version of the Performance Work Statement with a new one dated April 18, 2025, and adjusts the pages of the wage determination document. The document format includes sections for contractor identification, modification details, and essential signatures from the contracting officer and contractor representative. The purpose of this amendment aligns with the federal solicitation process, ensuring transparency and adherence to procedural requirements for government contracts.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.
    James River Dredging Industry Day-Post Event Docs
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is seeking qualified contractors for the James River Maintenance Dredging project, which will be executed as a five-year Small Business Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total capacity of up to $47 million. The project involves maintenance dredging of approximately 1.0 million cubic yards of fines and sand, utilizing cutter-head pipeline equipment, with specific environmental restrictions in place to protect local fish populations and shellfish. Interested contractors should note that the Invitation for Bid is expected to be released in February 2026, with contract awards anticipated in July 2026; for further inquiries, they can contact Susan Ellis at susan.k.ellis@usace.army.mil or Tiffany Kirtsey at tiffany.n.kirtsey@usace.army.mil.
    FY26 AIWW Dredge Material Placement Facility (DMPF) Improvements 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the FY26 AIWW Dredge Material Placement Facility (DMPF) Improvements 2 project in Morehead City, North Carolina. This contract involves the repair and enhancement of five upland placement areas, including clearing, raising and stabilizing perimeter dikes, and replacing six spillway systems to manage future dredged material. The project is crucial for maintaining the integrity of the Atlantic Intracoastal Waterway and ensuring environmental compliance, particularly concerning seasonal restrictions for tree clearing. The contract will be a Firm Fixed Price with an estimated value between $5 million and $10 million, and it is set aside exclusively for small businesses. Interested parties should contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil for further details, with the solicitation expected to be released electronically on or about January 6, 2026.
    ATLANTIC INTRACOASTAL WATERWAY (AIWW) SNOWS CUT BANK STABILIZATION
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the Atlantic Intracoastal Waterway (AIWW) Snows Cut Bank Stabilization project in Wilmington, North Carolina. The project involves maintenance dredging and stabilization of approximately 7,100 feet of shoreline, requiring activities such as vegetation clearing, bank sloping, and the installation of erosion protection measures, including riprap and breakwater structures. This small business set-aside contract is valued between $10 million and $25 million, with a firm fixed price structure, and is expected to be solicited electronically on or about February 19, 2026. Interested contractors must be registered in the System for Award Management (SAM) and can contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil for further information.
    Atlantic Intracoastal Waterway (AIWW) Dredged Material Placement Facility (DMPF) Improvements
    Dept Of Defense
    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.
    D-10299 Verona Pay As Cut FY26
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting bids for the purchase and removal of timber located at Marine Corps Base, Camp Lejeune, North Carolina, under the "D-10299 Verona Pay As Cut FY26" contract. This pay-as-cut timber sale requires bidders to submit unit prices for various timber classifications, with the highest bidder awarded the contract, and mandates that projects containing over 1000 tons of merchantable timber must be harvested. The bid opening is scheduled for January 8, 2026, at 2:00 PM local time, and interested parties should direct inquiries to Mark Moran at mark.j.moran.civ@us.navy.mil or (757) 341-0697. Bidders must comply with specific requirements outlined in the Invitation for Bids, including performance bonds and safety regulations, with the contract term extending until December 31, 2027.
    FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging at select sites. This procurement aims to maintain and enhance the navigability of the Atlantic Intracoastal Waterway, which is crucial for commercial and recreational maritime activities. The contract is set aside for small businesses, in accordance with FAR 19.5, and the bids are due by 12:00 PM on January 14, 2026, following an amendment that changed the original deadline. Interested parties can reach out to Amy Collins at amy.l.collins@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil for further information.
    FY25 IDIQ Hopper Dredge Rental
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids for the FY25 IDIQ Hopper Dredge Rental project, which involves dredging operations for the Mobile District Navigation Projects across Alabama, Mississippi, and Florida. Contractors will be required to provide the necessary equipment, materials, supplies, and manpower to fulfill the dredging requirements, with an estimated project cost ranging from $25 million to $100 million. This opportunity is open on an unrestricted basis, with a size standard for small businesses set at $37 million in average annual receipts over the past three years. Interested contractors must register in the System for Award Management (SAM) and monitor the Procurement Integrated Enterprise Environment (PIEE) for solicitation documents, which are expected to be available around September 5, 2025. For further inquiries, potential bidders can contact Terri Adams at terri.m.adams@usace.army.mil or by phone at 251-441-6500.
    FY26 - NORTH MYRTLE BEACH OCEAN OUTFALL (17 AVE S)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the FY26 North Myrtle Beach Ocean Outfall project located in North Myrtle Beach, South Carolina. This project involves the design and construction of a deepwater ocean outfall to upgrade the stormwater collection and conveyance system in a coastal urban area, which will be executed under a single design-build contract. The initiative is critical for improving stormwater management and will be coordinated with a separate project aimed at upgrading the landward portion of the stormwater system. Interested contractors can reach out to Evelyn Halliburton at EVELYN.I.HALLIBURTON@USACE.ARMY.MIL or by phone at 843-329-8208 for further details, with the solicitation officially posted as of November 18, 2025.