Bulkhead Replacement to Support the Raymark Superfund Site Remediation in Stratford, Connecticut.
ID: W912WJ25BA0013Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, 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 Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 28, 2025, 12:00 AM UTC
  3. 3
    Due Apr 14, 2025, 6:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking certified small business contractors for a Bulkhead Replacement project to support the Raymark Superfund Site remediation in Stratford, Connecticut. The project involves the installation of approximately 515 linear feet of a new 20-foot-deep steel sheet pile bulkhead, along with associated site work such as regrading, installation of rip rap, and drainage enhancements. This construction effort is crucial for environmental restoration and is estimated to cost between $1,000,000 and $5,000,000, with the solicitation expected to be issued in spring 2025 and construction commencing in summer 2025. Interested contractors can direct inquiries to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin E. Bradley at erin.e.bradley@usace.army.mil, and must access the solicitation through the System for Award Management website.

Files
No associated files provided.
Lifecycle
Title
Type
Similar Opportunities
Security Fence Improvements, Hop Brook Lake, Middlebury, CT
Buyer not available
The U.S. Army Corps of Engineers – New England District is issuing a presolicitation notice for security fence improvements at Hop Brook Lake in Middlebury, Connecticut. The project requires the contractor to provide all necessary labor, equipment, and materials to remove existing chain link fencing and gates, and to install new security fencing, gates, and a vehicular barrier gate as specified in the project documents. This procurement is crucial for enhancing the security infrastructure at the site, with an estimated construction value between $100,000 and $250,000. Interested small business vendors must have an active registration in SAM.gov at the time of submission, and the solicitation documents will be available online around April 11, 2025; inquiries during the presolicitation phase will not be addressed.
Remediate Contaminated Sediment in Goose Cove to Support the Callahan Mine Superfund Site in Brooksville, Maine
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is seeking bids for Environmental Dredging Services to remediate contaminated sediment at the Callahan Mine Superfund Site in Brooksville, Maine. The project involves dredging approximately 1 acre of sediment in Goose Cove to a depth of 2-3 feet, with the work expected to be performed during off-peak months from September to January, and will utilize either mechanical or hydraulic methods for sediment removal. This procurement is a 100% Small Business Set-Aside, with an estimated contract value between $2 million and $5 million, and the solicitation documents will be available online around April 15, 2025. Interested parties can direct inquiries to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or by phone at 978-318-8671.
Repair Waterfront, U.S. Coast Guard Academy, New London, CT (New London County) Project No. 13317433
Buyer not available
The Department of Homeland Security, through the U.S. Coast Guard, is seeking contractors for the repair of various waterfront facilities at the U.S. Coast Guard Academy in New London, Connecticut. The project encompasses extensive repairs to structures including the T-Boat Pier, Railroad Overpass Bridge, Floating Docks, and several other piers, requiring a range of services from replacing timber and steel components to recoating and cleaning existing structures. This procurement is critical for maintaining the operational integrity of the Academy's waterfront facilities, with an estimated contract value between $3 million and $4 million and a performance period of 190 calendar days from the Notice to Proceed. Interested vendors should contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil, with bids due by May 7, 2025.
Membrane Roof Replacement and Masonry Repairs, Pump Station at Fox Point Hurricane Barrier, Providence, RI
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking contractors for the Membrane Roof Replacement and Masonry Repairs at the Pump Station located at the Fox Point Hurricane Barrier in Providence, Rhode Island. The project involves replacing an existing EPDM roof system, including the demolition and removal of the current roofing and masonry work to install new flashing, designed to withstand high wind coastal conditions with a 30-year warranty. This procurement is set aside for small businesses, with an estimated construction value between $100,000 and $250,000, and interested vendors must have an active registration in SAM.gov to be eligible. The solicitation documents will be available on or about April 8, 2025, and inquiries should be directed to Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
B564 INSTALL CWP EVAPORATOR
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the installation of a Controlled Pure Water (CPW) Evaporator at the Naval Submarine Base New London in Groton, Connecticut. Contractors are required to provide all labor, materials, and equipment necessary for the installation, which includes constructing a mezzanine, installing piping and electrical components, and performing demolition and startup procedures. This project is crucial for maintaining and upgrading military infrastructure, reflecting the government's commitment to operational efficiency and safety. The contract value is estimated between $500,000 and $1,000,000, with a project duration of 270 days and a proposal submission deadline of April 23, 2025. Interested contractors must contact Nicole Fellers at nicole.l.fellers.civ@us.navy.mil or Shawn Drake at shawn.a.drake3.civ@us.navy.mil for further details.
Emergency Streambank Stabilization
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is conducting a market survey for the Emergency Streambank Stabilization project in Ledbetter, Kentucky. This project aims to stabilize the streambank along Riverview Drive near the Ohio River, involving excavation of failed soil and debris, installation of a new drop inlet and storm culvert, and restoration of streambank contours. The estimated cost for this construction project ranges from $1,000,000 to $5,000,000, with a performance period of 180 calendar days anticipated to begin following the award in July 2025. Interested small businesses, including those certified as HUBZone, 8A, Woman-Owned, or Service-Disabled Veteran Owned, should respond by April 18, 2025, to LaDonna Haug at ladonna.j.haug@usace.army.mil for further details and to express their interest.
DESIGN-BID-BUILD, P1044, PIER 31 EXTENSION NAVAL SUBMARINE BASE NEW LONDON, GROTON, CONNECTICUT
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the Design-Bid-Build project to extend Pier 31 at the Naval Submarine Base in New London, Connecticut. The project aims to enhance the existing infrastructure to support submarine operations, including civil, electrical, mechanical, and structural improvements, with a total estimated contract value of approximately $104.8 million. This initiative is critical for maintaining operational readiness and safety at the naval base, ensuring compliance with environmental regulations and modern operational requirements. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
Replacement of Pier Fender System, Plymouth Breakwater Footbridge
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking a service for the Replacement of Pier Fender System, Plymouth Breakwater Footbridge in Plymouth, MA. This project involves replacing the timber diagonal pile bracing and timber fendering system around the timber piles. The work will be conducted under the existing timber footbridge and over the tidal waters of Plymouth Harbor. The estimated construction cost is between $100,000.00 and $250,000.00. This procurement is set-aside for small business vendors. Interested offerors must have an active registration in SAM.GOV at the time of submission.
Great Wicomico Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the Great Wicomico Rehabilitation Project, a construction initiative located in Virginia. This project involves the restoration of real property and falls under the category of Other Heavy and Civil Engineering Construction, with a total small business set-aside designation. The procurement process is crucial for ensuring transparency and accountability, as it involves evaluating bids from contractors, with total evaluated prices ranging from approximately $2.2 million to $2.9 million. Interested parties can reach out to Amy Coody at amy.h.coody@usace.army.mil or call 757.201.7883 for further details regarding the solicitation.
DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) aimed at awarding contracts to up to five small businesses for construction tasks valued at a total of $90 million over five years. The procurement process will follow a two-phase evaluation, with Phase 1 assessing past performance and management approaches, while Phase 2 will focus on technical and pricing proposals. This contract is crucial for ensuring quality construction and restoration of real property, emphasizing collaboration with USACE and adherence to strict quality control and management standards. Interested contractors must have an active registration in SAM.gov and submit proposals through the PIEE portal by April 10, 2025, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.