Philpott Bulkhead Testing
ID: W912PM25Q0011Type: Solicitation
Overview

Buyer

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

NAICS

Testing Laboratories and Services (541380)

PSC

QUALITY CONTROL- MISCELLANEOUS (H199)
Timeline
    Description

    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.

    Files
    Title
    Posted
    The Performance Work Statement details the repair plan for the Philpott Dam's secondary bulkhead in New Hanover County, NC, following inspections that uncovered weld inconsistencies and a fractured beam. The project requires a contractor to conduct various strength and material tests on the bulkhead's steel and welds, including chemical analyses, tensile, and bending tests, alongside 100% non-destructive testing (NDT) of fillet welds. Each task has specified completion periods ranging from 30 to 60 days after the relevant samples or repairs are received. Safety regulations under the U.S. Army Corps of Engineers' guidelines will govern all work, with stringent security clearance protocols for personnel involved. Additionally, the contractor must ensure compliance with antiterrorism training, physical security measures, and employment eligibility verification for all staff. The document establishes a clear framework for testing and ensuring the bulkhead's integrity while prioritizing safety and regulatory adherence throughout the repair process.
    The document is a government Request for Proposal (RFP) for Strength and Material Testing, issued by the USACE Contracting, Wilmington District. The RFP emphasizes compliance with federal regulations and contains critical details such as the proposal submission deadline of February 24, 2025, and the contact information for inquiries. The main task involves conducting strength and material testing per the attached Performance Work Statement. The subsequent sections outline specifics related to inspection, acceptance, and delivery, confirming that all inspections will be done at the delivery destination. It includes extensive contract clauses related to telecommunications, small business certifications, and affirmative action compliance. The RFP also stipulates that the offeror must represent whether they deal with covered telecommunications equipment or services and adhere to environmental standards. Overall, this RFP aims to engage contractors who meet stringent business and regulatory requirements while emphasizing government oversight in procurement practices.
    Lifecycle
    Title
    Type
    Philpott Bulkhead Testing
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    Warping Capstan #3
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting quotes for testing services related to Warping Capstan 3 on the USS Dwight D. Eisenhower. The primary objective of this procurement is to conduct Torsion and Rated Load Testing to ensure the capstan operates satisfactorily, with a focus on developing testing procedures, fabricating necessary equipment, and adhering to safety protocols. This acquisition is critical for enhancing operational capabilities and ensuring compliance with safety and technical standards in shipbuilding and repair. Interested vendors must submit their quotes by February 13, 2025, and can contact Briana Kellam at briana.n.kellam.civ@us.navy.mil or Shakir Shinaba at shakir.o.shinaba.civ@us.navy.mil for further information.
    HLD EIM Structural Steel
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Walla Walla, is seeking sources for the procurement of structural steel as part of the HLD Energy Imbalance Marketing Generation Metering Additions Supply Contract for the Ice Harbor Dam project. The successful contractor will be responsible for supplying various grades and dimensions of structural steel, including beams and plates, with a critical delivery deadline set for April 15, 2025. This procurement is essential for ensuring the structural integrity and operational efficiency of the dam, highlighting the importance of quality materials that meet ASTM standards and include certified material test reports. Interested parties should contact Kristin Kreutzer at kristin.n.kreutzer@usace.army.mil or call 509-527-7010 for further details regarding this total small business set-aside opportunity.
    Garrison Dam Spillway Modification Project – Stoplog Seal Modification
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Omaha District, is seeking responses for the Garrison Dam Spillway Modification Project, specifically focusing on the Stoplog Seal Modification. The project involves modifying up to eight stoplogs, which includes transportation to a certified fabrication plant, performing necessary modifications, and returning them for testing at the Garrison Dam. This modification is crucial for ensuring the integrity and functionality of the dam's spillway system. Interested contractors must submit their responses by 2:00 PM CT on February 13, 2025, and can direct inquiries to Karen Caskey or Nadine Catania via their provided email addresses. The estimated project solicitation issue date is April 15, 2025, with a performance period of 600 calendar days.
    Multiple Repairs of Baldhill Dam - Valley City, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for multiple repairs at Baldhill Dam located in Valley City, North Dakota. The project aims to address critical structural deficiencies, including concrete reinforcement, Tainter gate fastener replacements, and grout injection for crack repairs, with work scheduled during low water flow periods in late summer 2025. This initiative is vital for maintaining the dam's operational integrity and ensuring flood control for surrounding communities, while also supporting small business participation as the solicitation is set aside exclusively for small businesses under NAICS code 237990, with an estimated contract value between $1 million and $5 million. Interested bidders must submit sealed proposals by March 11, 2025, and are encouraged to contact John P. Riederer at John.P.Riederer@usace.army.mil or 651-290-5614 for further information.
    DYNAMIC STREGNTH TEST - CATAPULT #4 AIR FLASK
    Buyer not available
    The Department of Defense, through the Norfolk Naval Shipyard, is soliciting proposals for a Dynamic Strength Test on a 70 cubic foot air flask designated for Catapult 4. This procurement is specifically set aside for small business concerns and requires vendors to adhere to detailed project specifications, including developing process control procedures, performing tests according to established references, and providing certified test reports. The successful contractor will play a crucial role in ensuring safety and efficiency in military operations, with a defined period of performance from April 1 to June 1, 2025. Interested vendors must submit their quotes in two sections—technical specifications and pricing—by following the guidelines outlined in the solicitation, and can contact Rebekah Riggins at rebekah.r.riggins.civ@us.navy.mil or 757-967-4014 for further information.
    USACE Little Rock District, Certified Welding Inspector BPA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Little Rock District, is seeking quotations for an AWS Certified Welding Inspector (CWI) under solicitation number W9127S25Q0003. The CWI will be responsible for inspecting weld quality and ensuring compliance with project specifications throughout the welding process over a five-year ordering period. This procurement is crucial for maintaining high standards in construction and engineering projects, emphasizing the importance of compliance and quality assurance in welding operations. Interested small businesses must submit their quotes via email by March 7, 2025, including required documentation such as a signed cover page, capability statement, and past performance information. For further inquiries, contact Shelby Henson at Shelby.m.henson@usace.army.mil or call 501-340-1249.
    Murden Shipyard Repair Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair and maintenance of the Dredge Murden at a shipyard facility in Wilmington, North Carolina. The contractor will be responsible for providing labor, materials, and services to perform extensive repairs, including dry-docking, cleaning, and compliance inspections by the American Bureau of Shipping and U.S. Coast Guard, with a contract duration of up to 90 days. This procurement is crucial for maintaining the operational integrity of the dredge, which plays a significant role in marine engineering and environmental infrastructure projects. Interested small businesses, particularly those owned by service-disabled veterans, must submit their quotes and technical proposals electronically by 3:00 PM ET on February 24, 2025, and direct any inquiries to Diana Curl or Rosalind M. Shoemaker via email.
    Gathright Dam Water Sampling
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Norfolk District, is soliciting quotations for water sampling services at Gathright Dam in Covington, Virginia, under Solicitation No. W9123625Q1398. The contract requires the contractor to perform laboratory analysis of water samples to monitor water quality trends and inform reservoir operations, with a focus on various specified parameters analyzed biweekly and bi-monthly. This procurement is crucial for maintaining environmental standards and ensuring compliance with water quality regulations. Quotations are due by 2:00 p.m. EST on March 3, 2025, and interested parties should contact Amy Coody at amy.h.coody@usace.army.mil or Stormie Wicks at STORMIE.B.WICKS@USACE.ARMY.MIL for further information.
    Renew a multiple pile mooring structure
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the renewal of a multiple pile mooring structure at the Pine Bluff, Arkansas site, involving the removal and installation of four wooden mooring piles for the Coast Guard Cutter KANAWHA. Contractors are required to assess the work conditions on-site and submit their quotes, ensuring that operations are minimally disrupted during the project, which must comply with safety regulations and waste disposal laws. This procurement is part of the government's initiative to engage small businesses in federal contracting, with a total small business set-aside under NAICS code 237990, and a firm-fixed price contract is anticipated based on the lowest and fair pricing. Interested parties must submit their sealed quotes by 3:00 PM CST on February 11, 2025, and can direct inquiries to Clarence Henshaw Jr. at clarence.henshawjr@uscg.mil or Wesley Hanna at Wesley.K.Hanna@uscg.mil.