Great Wicomico Rehabilitation Project
ID: W9123625B5008Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NORFOLKNORFOLK, VA, 23510-1096, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Dec 9, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 30, 2025, 12:00 AM UTC
  3. 3
    Due Feb 5, 2025, 7:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Great Wicomico Rehabilitation Project, which focuses on the rehabilitation and construction of reef habitats in the Great Wicomico River, Northumberland County, VA. The project involves the mechanical placement of stone substrates to enhance oyster recovery and is categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction, with a construction magnitude estimated between $1,000,000 and $5,000,000. Interested small businesses must adhere to the Davis Bacon Act and are required to submit their bids by the specified deadline, with contract performance expected to commence within 15 days and be completed within 183 days after the Notice to Proceed. For further inquiries, potential bidders can contact Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL.

Files
Title
Posted
The document is an amendment to the solicitation for the Great Wicomico River Rehabilitation Project (Solicitation No. W9123625B5008), issued by the U.S. Army Corps of Engineers. Key updates include the replacement of wage determinations with new rates effective from January 3, 2025, and a reminder that the bid deadline has not been extended. The project aims to rehabilitate and construct reef habitats in Virginia, involving the mechanical placement of stone substrates to enhance oyster recovery. Contract performance is mandated to commence within 15 days and be completed within 183 days after the Notice to Proceed. The amendment indicates that awarded contracts will adhere to the Davis Bacon Act and outlines required insurance coverages and invoicing processes. It emphasizes that any modifications or changes to contract terms should only be made by a warranted Contracting Officer. The document highlights the importance of a contractor’s accident prevention plan and the evaluation of their performance during the project lifecycle. The amendment's purpose is to ensure compliance with updated wage standards and clarify contractual obligations, underscoring the consistent regulatory framework governing federal construction projects.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
James Island Restoration Phase I
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking expressions of interest from qualified contractors for the James Island Restoration Phase I project in Dorchester County, Maryland. This project involves significant construction work, including the construction of dikes, dredging operations, and stockpiling approximately 3 million cubic yards of sand to facilitate ecosystem recovery, with an estimated project value between $100 million and $500 million and a duration of approximately 1,095 days. The notice emphasizes the importance of engaging small businesses, particularly those in various socioeconomic categories, to ensure a competitive bidding environment. Interested firms must submit their qualifications and relevant experience by April 22, 2025, to Aisha Boykin at aisha.r.boykin@usace.army.mil, as this notice is intended for market research purposes only and is not a solicitation for proposals or bids.
Thimble Shoal Maintenance Dredging
Buyer not available
The Department of Defense, specifically the Army Corps of Engineers, is soliciting bids for the Thimble Shoal Maintenance Dredging project located in Hampton Roads, Virginia. This project involves mechanical and/or hopper dredging within the Norfolk District Area of Responsibility, with a construction magnitude estimated between $25 million and $100 million. The maintenance of dredging facilities is critical for ensuring navigational safety and operational efficiency in the region's waterways. Interested contractors should note that the solicitation has been amended, and offers must acknowledge this amendment to avoid rejection; bids are due by the specified date, and inquiries can be directed to Amy Coody at amy.h.coody@usace.army.mil or Tiffany Kirtsey at tiffany.n.kirtsey@usace.army.mil.
Norfolk Harbor Southern Branch Maintenance Dredging
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is preparing to issue an Invitation for Bid (IFB) for the Norfolk Harbor Southern Branch Maintenance Dredging project in Hampton Roads, Virginia. This procurement involves maintenance dredging by mechanical dredge in the Southern Branch of the Elizabeth River, requiring the contractor to provide labor, materials, and equipment to achieve specified depths while managing dredged materials responsibly. The project is significant for maintaining navigational channels and is estimated to generate approximately 100,000 cubic yards of dredged material, with a contract value between $1 million and $5 million. Interested bidders must monitor SAM.gov for the solicitation and are required to be registered in SAM for the bidding process, with a performance period anticipated to be 90 calendar days from the Notice to Proceed. For further inquiries, contact Luke Hedlund at Luke.D.Hedlund@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL.
Thimble Shoal Maintenance Dredging
Buyer not available
The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Thimble Shoal Maintenance Dredging project in Hampton, Virginia. This procurement involves maintenance dredging services to ensure the operational efficiency and safety of dredging facilities, which are critical for navigation and environmental management in the area. The contract is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is expected to be awarded following a presolicitation notice. Interested parties can reach out to Amy Coody at amy.h.coody@usace.army.mil or by phone at 757-201-7883, or Tiffany Kirtsey at Tiffany.N.Kirtsey@usace.army.mil or 757-201-7132 for further details.
Buckhorn Tailwater Stabilization
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Louisville District, is soliciting bids for the Buckhorn Tailwater Stabilization project in Buckhorn, Kentucky. This initiative aims to repair approximately 500 feet of streambank along Squabble Creek, which has suffered severe erosion due to a flood event in 2022, affecting adjacent camper pads and campground infrastructure. The project encompasses site preparation, slope repair, paving of camper pads and driveways, and includes optional tasks for additional asphalt milling and repairs, all while ensuring compliance with environmental protections and safety standards. Interested small businesses must submit their bids by May 8, 2025, at 10:00 AM ET, and can contact Ethan Phillips at ethan.s.phillips@usace.army.mil or 502-315-6545 for further information. The estimated construction value ranges between $500,000 and $1,000,000, with the contract awarded based on the lowest bid received.
Codorus Creek Shoal Removal
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Baltimore District, is seeking construction services for the Codorus Creek Shoal Removal Project located in York, Pennsylvania. This project involves the maintenance of the flood damage reduction channel along Codorus Creek, specifically the removal of shoals at two designated locations to ensure proper water flow and flood risk management. The estimated contract value ranges between $1,000,000 and $5,000,000, with a construction duration of 60 days from the Notice to Proceed. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), should prepare for the anticipated solicitation release in the third quarter of FY25 and can contact Erica Stiner or Jeffrey B. May for further information.
Coast-wide Beach and Dune Ecosystem Restoration, Hancock County, MS
Buyer not available
The Department of Defense, through the Department of the Army, is seeking information from qualified firms regarding a prospective procurement for beach and dune ecosystem restoration services in Hancock County, Mississippi. The project involves improvements to approximately 5 miles of the existing mainland coast, including the construction of a 150-foot-wide beach berm and a 70-foot-wide vegetated dune field, requiring the transportation of approximately 300,000 cubic yards of material from an upland location. This initiative is critical for enhancing coastal resilience and environmental restoration, with an estimated project value between $10 million and $25 million and a construction duration of 240 days post Notice-to-Proceed. Interested firms are encouraged to submit their responses electronically via the provided survey link, and inquiries can be directed to Eric Hurtado at eric.j.hurtado@usace.army.mil or by phone at 251-690-2571.
Maintenance Dredging, IWW Rehoboth Bay to Delaware Bay (L&R Canal)
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for a Firm Fixed-Price construction contract for the Maintenance Dredging Project along the Lewes and Rehoboth Canal in Delaware. The project involves the dredging of approximately 90,000 cubic yards of sediment, with the base contract focusing on dredging between Lewes and North Shores, and options for additional dredging towards Rehoboth Bay, all while ensuring compliance with environmental and safety regulations. This maintenance dredging is crucial for maintaining navigational standards and ecological safety in the area. The estimated project value ranges from $10 million to $25 million, with a delivery timeline of 365 calendar days from the Notice to Proceed. Interested bidders must register in the System for Award Management (SAM) and submit their bids electronically through the Procurement Integrated Enterprise Environment (PIEE) platform by the specified deadline. For further inquiries, contact Molly Gallagher at molly.gallagher@usace.army.mil or Connor Struckmeyer at connor.a.struckmeyer@usace.army.mil.
Narraguagus River Federal Navigation Project Maintenance Dredging
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is issuing an Invitation for Bids for the maintenance dredging of the Narraguagus River Federal Navigation Project located in Milbridge, Maine. The project involves dredging approximately 150,000 cubic yards of predominantly fine-grained material from designated shoaled areas of the navigation channel and anchorage areas, with the work expected to be completed within a five-month timeframe. This maintenance dredging is crucial for ensuring safe navigation and operational efficiency within the river's federal navigation system. Interested contractors should note that the estimated construction cost ranges from $1,000,000 to $5,000,000, with bids due by the specified deadline, and all work must be completed by April 1, 2025. For further inquiries, potential bidders can contact Heather Skorik at heather.skorik@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL.
MOTSU Berm Repair FY25
Buyer not available
The Department of Defense, through the Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU Berm Repair project for fiscal year 2025 at the Military Ocean Terminal at Sunny Point (MOTSU) in Brunswick County, North Carolina. The primary objective of this procurement is to conduct site preparation work aimed at improving deficient earthen berms that serve as barriers between ammunition and explosive storage areas, which has been identified as a mission-critical project. This initiative underscores the importance of maintaining safety and operational integrity at military storage facilities. Interested small businesses are encouraged to reach out to Jason Smith at jason.s.smith2@usace.army.mil or 910-251-4424, or Karri Mares at Karri.L.Mares@usace.army.mil or 910-251-4863 for further details, as this opportunity is set aside for total small business participation.