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, specifically the U.S. Army Corps of Engineers, is soliciting proposals from qualified small businesses for a subsurface investigation and geotechnical laboratory testing project at the Hatteras Ferry-Rollinson Channel and Big Foot Slough Channel in North Carolina. The contractor will be responsible for conducting 71 vibracore drillings, developing drilling logs, and performing laboratory testing of soils to support navigation channel enhancements, with a total project duration of 180 days post-award and a specific completion timeline of 60 days for the Hatteras Ferry work. This project is crucial for ensuring environmental compliance and effective dredged material disposal strategies, reflecting the government's commitment to infrastructure improvement and environmental safety. Interested parties must submit their price quotes and technical proposals electronically by March 26, 2025, at 3:00 P.M. Eastern Time, to Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil, with a total contract value estimated at $28.5 million.

    Files
    Title
    Posted
    The document is the Wage Determination No. 2015-4407 issued by the U.S. Department of Labor, governing wage rates for federal contracts under the Service Contract Act (SCA) for workers in select North Carolina counties. It stipulates that contracts entered into after January 30, 2022, must pay a minimum wage of $17.75 per hour, as mandated by Executive Order 14026. For earlier contracts, the minimum wage is set at $13.30 under Executive Order 13658, unless a higher rate is listed. The determination includes a comprehensive list of occupational codes, titles, and corresponding wage rates for various job classifications, as well as fringe benefits such as health and welfare, vacation, and sick leave entitlements. It outlines requirements for uniform allowances and hazard pay for certain labor categories. Moreover, it specifies the conformance process for job classifications not explicitly listed in the wage determination, which must be approved by the Wage and Hour Division. This document serves as a crucial resource for contractors, ensuring compliance with federal wage policies while protecting workers’ rights.
    The document outlines the vibracore sampling locations within Hatteras Ferry and Rollinson Channels, as well as Silver Lake Harbor and Big Foot Slough Channel. A total of 36 vibracores in Hatteras Ferry and Rollinson Channels and 35 vibracores in Silver Lake Harbor and Big Foot Slough Channel are documented, each ranging from 10 to 20 feet in length. The coordinates for the vibracore locations are detailed in accompanying tables, with referenced bathymetric maps that illustrate the surveyed conditions, which are noted to be subject to change. The emphasis of the document is on providing detailed location data for the sampled areas, aimed at aiding in understanding sediment dynamics or potential environmental assessments. This information is vital for government stakeholders involved in environmental planning, grant allocation, or regulatory compliance related to maritime and coastal resource management.
    The Hatteras Ferry-Rollinson Channel and Big Foot Slough Channel-Silver Lake Harbor project outlines the requirements for a subsurface investigation and geotechnical laboratory testing in Dare and Hyde Counties, North Carolina, scheduled for 2025. The contractor is tasked with executing 71 vibracore drillings for navigation channel enhancement, with priorities assigned to Hatteras Ferry-Rollinson Channel followed by Big Foot Slough-Silver Lake Harbor. The total duration for completion is 180 days post-award, with the Hatteras Ferry work needing completion in 60 days. The investigation involves exploring material characteristics to secure environmental clearances and formulate dredged material disposal strategies. Key activities encompass vibracore drilling, logging, laboratory analysis (up to 434 soil samples), and submission of comprehensive reports. A rigorous safety plan and adherence to regulations set by the U.S. Coast Guard and the U.S. Army Corps of Engineers are mandated. The contractor is responsible for managing project logistics and consulting with designated USACE officials. This document serves as part of a governmental RFP framework, demonstrating the public sector's commitment to environmental safety and navigation infrastructure enhancement within coastal ecosystems.
    The document outlines the Statement of Work (SOW) for a subsurface investigation and geotechnical laboratory testing project at Hatteras Ferry-Rollinson Channel and Big Foot Slough Channel in North Carolina. The contractor will perform vibracore sampling—71 in total—across two site locations. The first priority is the Hatteras Ferry-Rollinson Channel, requiring 36 vibracores, while the secondary focus is the Big Foot Slough-Silver Lake Harbor with 35 vibracores. The investigation aims to characterize the sediments to aid in obtaining environmental clearances for navigation corridor modifications and to identify suitable dredged material disposal strategies. The work includes detailed drilling, logging of drilling operations, photography, and laboratory analyses of soil samples. The contractor must present timely reports and adhere to safety and regulatory compliance, maintaining constant communication with U.S. Army Corps of Engineers representatives. The entire project, from mobilization to report submission, spans 180 calendar days, with specific protocols for sample collection, logging, and data reporting. Detailed cost proposals will also be required for contractor considerations related to fieldwork, equipment, and laboratory testing. This document serves as a structured guide to executing the project while ensuring safety and compliance with federal standards.
    The document outlines the United States Army Corps of Engineers' (USACE) requirements for the Hatteras Ferry and Rollinson Channel vibracore project. It specifies that within a 60-day period, contractors must deliver draft boring logs with visual classifications of soil, as lab results are not required during this timeframe. The use of Bentley OpenGround Cloud is mandated for drill log generation, as USACE no longer supports gINT. Contractors can expect an award decision within 15 days of the quote deadline. While vibracore collection should be completed before lab analysis, both processes can overlap to expedite the project timeline. If refusal occurs during sampling, only one additional recovery attempt is necessary, with careful documentation of locations and refusal depths. This structured approach is aimed at ensuring efficient project execution while adhering to regulatory standards. The main purpose of the document is to clarify operational protocols and expectations for prospective contractors in relation to the vibracore testing project, integral to successful soil analysis for the specified channels.
    The document outlines key responses to questions regarding the Hatteras Ferry and Rollinson Channel vibracore project under the U.S. Army Corps of Engineers (USACE). It specifies that a draft of boring logs, including USCS soil classification, is due within 60 days, while lab results may follow later. The USACE mandates all geotechnical data be recorded using Bentley OpenGround Cloud, as support for gINT is no longer available. The contract award is expected within 15 days after the quote deadline. The vibracore operations must be completed within a defined proximity to specified locations and allow for alternatives in case of shallow water conditions or refusal during sampling, thus ensuring safety during operations. Contractors must record any refusal incidents and attempt compensatory drilling within 20 feet of the original location, notifying the USACE for any significant access issues. Overall, the document emphasizes the need for adherence to specific software requirements and operational guidelines to ensure project success and data integrity.
    The document outlines a solicitation for a contract to conduct subsurface investigations and geotechnical laboratory testing for the Hatteras Ferry-Rollinson Channel and Big Foot Slough Channel at Silver Lake Harbor. The primary purpose is to secure services from Women-Owned Small Businesses (WOSB) to perform tasks including mobilization, vibracore collection, logging, testing, reporting, and archiving. Key deliverables are specified over a performance period of 180 calendar days from the award date, with an estimated total contract value of $28.5 million. Compliance with various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses is mandatory, ensuring adherence to legal and ethical standards. Evaluation criteria include price, technical merit, and past performance, emphasizing the importance of previous relevant experience. Offerors must submit a detailed vibracore plan and demonstrate their capability to meet performance requirements, including core recovery specifications. This solicitation reflects the federal government's commitment to supporting small businesses while fulfilling critical infrastructure needs through competitive bidding processes.
    This document pertains to the amendment of a solicitation, detailing the procedures and requirements for contractors and offerors regarding submissions in response to the solicitation. It outlines methods for acknowledging receipt of the amendment and stipulates the consequences for failure to comply. The amendment modifies contract terms with changes primarily involving specific clauses related to subcontracting limits applicable to small businesses. It also incorporates and removes several Federal Acquisition Regulation (FAR) clauses relevant to commercial products and services, reinforcing compliance with laws and executive orders. The document specifies the conditions under which contractors must flow down certain clauses to subcontractors and addresses the examination of records for accountability. This amendment emphasizes the importance of regulations that promote fair business practices and support small business participation in government contracts, ensuring adherence to current legal standards and operational efficiency in federal procurement processes.
    This document outlines the solicitation for a Women-Owned Small Business (WOSB) contract, specifically for subsurface investigation and geotechnical testing at Hatteras Ferry-Rollinson Channel and Big Foot Slough Channel within Silver Lake Harbor, with an awarded budget of $28,500,000. The solicitation provides comprehensive project requirements including a Schedule of Supplies/Services, technical specifications, and submission procedures for offers. It details pertinent contract clauses including provisions for small businesses, limitations on subcontracting, and compliance with various federal regulations. The evaluation process for submitted bids involves assessing price, technical solutions, and past performance, indicating that the lowest-priced technically acceptable offer will be awarded the contract. Additionally, the document emphasizes the necessity for bidders to provide prior experience in similar projects and outlines specific thresholds of performance regarding vibracore services. Following the guidelines laid out in this solicitation is crucial for maintaining compliance with federal acquisition standards and securing government contracts. Overall, the document serves as a structured framework for eligible businesses to engage in federal contracting opportunities while promoting diversity through the WOSB initiative.
    The document outlines an amendment to a federal solicitation, extending the deadline for offer submissions while providing instructions for acknowledging receipt of the amendment. Contractors must formally recognize the changes to avoid potential offer rejection. It details modifications to a contract, specifically regarding the performance work statement, indicating that past documents have been updated or removed, and new ones added. The changes include revised attachment names and adjusted page counts for relevant documents related to the solicitation. The main purpose of the amendment is to revise the performance work statement, ensuring clarity and adherence to federal guidelines. This document plays a crucial role in the procurement process by ensuring that all parties involved are informed of updates and understand their contractual obligations.
    Similar Opportunities
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project involves dredging the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This maintenance is crucial for ensuring safe navigation in an area known for its significant hazards, including shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work anticipated to begin in summer 2026. For further details, including submission instructions, bidders can contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@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.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the New Orleans Harbor and Various Bar Channels Cutterhead Dredge project, designated as Nos. 3-2025. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform work in the New Orleans Harbor Reach of the Mississippi River and adjacent waterways. This dredging project is crucial for maintaining navigational channels and ensuring safe passage for maritime traffic, with an estimated construction value ranging from $10 million to $25 million. The solicitation is expected to be issued around April 15, 2025, and interested vendors are encouraged to register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, potential bidders can contact Bambi Raja at 504-862-1499 or Cori A. Caimi at 504-862-1352.
    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.
    W912EE26RA006 - Multiple Award Task Order Contract for the Lease of Cutterhead, Hydraulic Pipeline Dredges (not Less Than 24-Inch Diameter), Fully Operated with Attendant Plant and Personnel, with a Draft not to Exceed 9 Feet, for Dredging wit
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Vicksburg District, is preparing to issue a Request for Proposals (RFP) for a Multiple Award Task Order Contract (MATOC) focused on the lease of cutterhead, hydraulic pipeline dredges with a diameter of not less than 24 inches. The procurement aims to secure fully operated dredging services, including the necessary personnel and equipment, for construction and maintenance dredging activities within the Vicksburg District, with a draft not exceeding nine feet. This contract is crucial for maintaining navigable waterways and supporting civil engineering projects, with an estimated contract capacity of $99.5 million over a five-year period. Interested vendors should note that the solicitation is expected to be released around January 2026, with proposals due in February 2026, and can contact Andrew McCaskill at andrew.mccaskill@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further information.
    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.
    FY26 Willapa Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Seattle District, is preparing to solicit bids for the FY26 Willapa Harbor Maintenance Dredging project in Washington. This project involves the mechanical dredging of approximately 180,000 cubic yards of sediment from three federal navigation features in Willapa Bay, with work expected to commence in July 2026 and conclude by February 15, 2027. The dredged material will be disposed of at designated open-water locations, and contractors should be aware of the challenging marine conditions and potential risks associated with the project. Interested parties can reach out to Geraldine L. Kemp or Kimberly M. Robinson for further inquiries, and the estimated contract value ranges between $5 million and $10 million. Contractors must be registered in the System for Award Management (SAM) prior to contract award.
    New Orleans Harbor and Various Bar Channels Cutterhead Dredge 3-2025
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is soliciting bids for the rental of a fully crewed hydraulic pipeline cutterhead dredge for operations along the Mississippi River, New Orleans Harbor, and various bar channels in Louisiana. The project aims to enhance navigability and maintain essential waterways, with a construction magnitude estimated between $10 million and $25 million. Bidders are required to submit comprehensive proposals that include pricing for mobilization and dredging hours, while adhering to safety regulations and performance specifications. Interested contractors should contact Bambi Raja at Bambi.L.Raja@usace.army.mil or Cori A. Caimi at Cori.A.Caimi@usace.army.mil for further details, and must ensure registration with the System for Award Management (SAM) prior to bid submission, with the solicitation set for March 13, 2025.
    Mississippi River, New Orleans Harbor and Various Bar Channels Cutterhead Dredge No. 5-2025
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, New Orleans Harbor, and various bar channels Cutterhead Dredge No. 5-2025 project. The procurement involves furnishing a fully crewed and equipped hydraulic pipeline cutterhead dredge to perform dredging work in specified areas, including the New Orleans Harbor reach of the Mississippi River and adjacent waterways. This project is crucial for maintaining navigability and ensuring the operational efficiency of these vital waterways. The estimated construction cost ranges between $10 million and $25 million, with the solicitation expected to be issued around May 6, 2025. Interested vendors should register on beta.SAM.gov and are encouraged to contact Cori A. Caimi at Cori.A.Caimi@usace.army.mil or Fermon Davis at Fermon.L.Davis@usace.army.mil for further information.
    Fort Eustis Dredge Material Management Area Construction in Newport News, Virginia
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Norfolk District, is seeking qualified contractors for a firm-fixed-price contract to perform construction maintenance at the Fort Eustis Dredge Material Management Area in Newport News, Virginia. The project involves regrading and raising disposal site berms to an elevation of 36 feet, relocating existing spill boxes, and regrading the access ramp to meet the new elevation requirements. This construction effort is crucial for maintaining the operational integrity of dredging facilities, with an estimated project cost between $5 million and $10 million. Interested contractors are invited to submit a capabilities statement, including relevant experience and bonding capacity, to Damian Patterson at damian.c.patterson@usace.army.mil, with a copy to Michael Hagerty at michael.hagerty@usace.army.mil, by the specified deadline.