Hatteras Ferry-Rollinson Channel and Big Foot Slough Channel-Silver Lake Harbor 2025 Subsurface Investigation and Geotechnical Laboratory Testing
ID: W912PM25QA001Type: Combined Synopsis/Solicitation
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)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
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
    Maintenance Dredging, Wilmington Harbor Inner Ocean Bar
    Buyer not available
    The U.S. Army Corps of Engineers, Wilmington District, is soliciting bids for the maintenance dredging of the Wilmington Harbor Inner Ocean Bar in Brunswick County, North Carolina. This project involves the removal and disposal of approximately 1,350,000 cubic yards of shoaled material to ensure safe navigation for commercial ship traffic to the Wilmington Port, with a dredging depth of 44 feet plus an additional 2 feet of allowable overdepth. The contract, valued between $10 million and $25 million, is set to be awarded under a firm fixed price arrangement, with bids due by April 1, 2025, and project completion expected by April 30, 2026. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Diana Curl at diana.d.curl@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@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.
    Island Creek Repair and Armoring
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the Island Creek Repair and Armoring project, specifically focusing on the repair of the seepage berm at the Island Creek Dam in Charlotte, North Carolina. This project, estimated to cost between $1,000,000 and $5,000,000, is a total small business set-aside, requiring contractors to adhere to various federal regulations and submit their bids by March 25, 2025. The work involves stabilizing the dam's structure while addressing environmental concerns and safety protocols, with a completion timeline of 540 days from the notice to proceed. Interested contractors can reach out to Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil for further details.
    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.
    W912PM25Q0012 - Removal of Dudley Creek Piling Clusters
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting quotes for the removal of Dudley Creek piling clusters in Swansboro, North Carolina. This project, set aside exclusively for small businesses, involves the removal of two existing mooring clusters at Dudley's Marina, with an estimated construction cost ranging from $100,000 to $250,000. The contractor will be responsible for all necessary materials and labor, ensuring compliance with safety regulations and best practices throughout the project duration. Quotes must be submitted electronically by March 17, 2025, and the contract will be awarded to the lowest priced, technically acceptable quote. For further inquiries, interested parties can contact Shaun McKenna at shaun.m.mckenna@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.
    ARCHITECTURAL-ENGINEERING (A-E) SERVICES FOR GEOTECHNICAL ENGINEERING AND RELATED SERVICES FOR VARIOUS LOCATIONS WITHIN THE U.S. ARMY CORPS OF ENGINEERS (USACE) NORTH ATLANTIC DIVISION BOUNDARIES (BUT PRIMARILY IN THE NEW ENGLAND DISTRICT (NAE))
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineering firms to provide geotechnical engineering services under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, primarily within the New England District, which includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, and Rhode Island. The contract, valued at up to $10 million over five years, will encompass subsurface exploration, geophysical surveys, geotechnical analyses, and construction oversight, with firms required to demonstrate their ability to manage multiple concurrent task orders and execute approximately $2 million per year. This procurement is crucial for ensuring quality and efficiency in infrastructure projects, emphasizing the importance of local expertise and past performance in the selection process. Interested firms must submit their proposals, including Parts I and II of the SF 330, by April 30, 2025, and can direct inquiries to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Maintenance Dredging, Delaware River, Philadelphia to Sea and Wilmington Harbor
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking information from qualified contractors for a maintenance dredging project along the Delaware River, extending from Philadelphia to the sea, as well as Wilmington Harbor. The project involves the dredging of approximately 3.2 million cubic yards of sediment from the main navigation channel and an additional 420,000 cubic yards from Wilmington Harbor, with the work to be performed using hydraulic dredging methods and the dredged material disposed of in designated areas. This maintenance dredging is crucial for ensuring navigational safety and efficiency in these waterways, with an estimated contract value between $25 million and $100 million and a performance period of 240 calendar days. Interested contractors are encouraged to respond to this Sources Sought notice by March 28, 2025, by emailing Eric Leach and Brandon Mormello, with specific information about their capabilities and past project experience.
    Maintenance Dredging, WH AB MID-RIVER, North Carolina: W912PM25BA006
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for maintenance dredging at the WH AB MID-RIVER site in Wilmington, North Carolina. The procurement aims to ensure the operational efficiency and safety of dredging facilities, which are critical for maintaining navigable waterways and supporting maritime activities. This opportunity falls under the NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction, and is categorized under the PSC code Z1KF for maintenance of dredging facilities. Interested parties can reach out to Diana Curl at diana.d.curl@usace.army.mil or call 910-251-4915, or contact Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil or 910-251-4436 for further details.
    Coastal Storm Risk Management, Carolina Beach and Vicinity, New Hanover County, North Carolina
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the Coastal Storm Risk Management project in Carolina Beach and vicinity, New Hanover County, North Carolina. This procurement aims to enhance coastal resilience and manage storm risks through construction activities categorized under Other Heavy and Civil Engineering Construction. The project is critical for maintaining the integrity of coastal infrastructure and protecting local communities from storm-related damages. Interested contractors should note that hand-carried bids will not be accepted, and they can reach out to Diana Curl at diana.d.curl@usace.army.mil or 910-251-4915, or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil or 910-251-4436 for further inquiries.