Hatteras Ferry-Rollinson Channel and Big Foot Slough Channel-Silver Lake Harbor 2025 Subsurface Investigation and Geotechnical Laboratory Testing
ID: W912PM25QA001Type: Sources Sought
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)
Timeline
    Description

    The Department of Defense, through the Department of the Army, is seeking qualified firms to conduct a subsurface investigation and geotechnical laboratory testing for the Hatteras Ferry-Rollinson Channel and Big Foot Slough Channel at Silver Lake Harbor in North Carolina. The objective of this procurement is to gather essential geophysical data and analysis to support future infrastructure projects in the area. This investigation is critical for ensuring the safety and effectiveness of maritime operations and infrastructure development in the region. Interested parties can reach out to Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil or by phone at 910-251-4436 for further details regarding this sources sought notice.

    Files
    No associated files provided.
    Similar Opportunities
    FY 26 Maintenance Dredging, Rollinson & Silver Lake Harbor
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking sources for the FY 26 Maintenance Dredging project at Rollinson & Silver Lake Harbor in North Carolina. This procurement aims to maintain and enhance the dredging facilities, which are crucial for ensuring navigable waterways and supporting maritime operations. The project falls under the NAICS code 237990, indicating it pertains to Other Heavy and Civil Engineering Construction, and is classified under PSC code Z1KF for maintenance of dredging facilities. Interested parties can reach out to Jenifer Garland at jenifer.m.garland@usace.army.mil or call 910-251-4314 for further details, while Rosalind M. Shoemaker is available at rosalind.m.shoemaker@usace.army.mil or 910-251-4436 for additional inquiries.
    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.
    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.
    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.
    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.
    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.
    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.
    IDIQ James River Maintenance Dredging and associated activities from Rocklanding Shoal to Richmond Harbor locks
    Buyer not available
    The Department of Defense, through the Norfolk District of the U.S. Army Corps of Engineers, is seeking qualified firms for an Indefinite Delivery Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) focused on maintenance dredging operations along the James River, specifically from Rocklanding Shoal to Richmond Harbor locks. The project requires hydraulic cutter-head dredging across three segments of the river, maintaining specific channel depths of -25 feet and -18 feet Mean Lower Low Water (MLLW), while utilizing designated dredged material placement sites and ensuring compliance with environmental standards. This contract is crucial for maintaining navigational channels and supporting maritime operations in the region, with an estimated contract value between $25 million and $100 million, and a target award date set for September 2025. Interested firms must respond to the Sources Sought Notice by February 21, 2025, and provide relevant experience through a survey to the primary contact, Susan Ellis, at susan.k.ellis@usace.army.mil.
    Sources Sought - Placement of Dredge Material for FY25 Petaluma River and ATF Channel Maintenance Dredging
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the placement of dredge material as part of the FY25 maintenance dredging for the Petaluma River and ATF Channel. This procurement aims to ensure the effective management and disposal of dredged materials, which is crucial for maintaining navigable waterways and supporting local ecosystems. Interested parties are encouraged to reach out to the primary contact, Nairi Freeman, at Nairi.Freeman@usace.army.mil or by phone at 415-503-6574, or the secondary contact, Mary C. Fronck, at mary.fronck@usace.army.mil or by phone at 415-503-6554, for further details regarding this opportunity.
    W912PM25Q0012 - Removal of Dudley Creek Piling Clusters
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is seeking contractors for the removal of Dudley Creek piling clusters located in Swansboro, North Carolina. The project entails the removal and off-site disposal of two existing mooring clusters, adhering to state and local solid waste disposal regulations, with a performance period of 30 days post-contract award. This contract, classified as a Firm Fixed Price, has an estimated value between $25,000 and $100,000, and is set aside exclusively for small businesses under the NAICS code 238910 for Site Preparation Contractors. Interested parties must ensure they are registered in the System for Award Management (SAM) and can find the solicitation, expected to be issued electronically around February 18, 2025, by searching for the solicitation number on the SAM website. For further inquiries, contact Shaun McKenna at shaun.m.mckenna@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.