Pavement Repair, Seal Coating, and Line Striping, Buffumville Lake, Charlton, MA and Hodges Village Dam, Oxford, MA
ID: W912WJ26QA017Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for pavement repair, seal coating, and line striping at Buffumville Lake in Charlton, MA, and Hodges Village Dam in Oxford, MA. The project entails providing all necessary labor, materials, equipment, and transportation to repair pavement cracks, seal coat, and line stripe designated parking lots and dam crest roads, with specific requirements for safety protocols and environmental compliance. This procurement is set aside for small businesses, with a contract value estimated between $100,000 and $250,000, and interested vendors must have an active registration in SAM.gov to be eligible. The deadline for submitting offers is December 10, 2025, at 5:00 PM Eastern, and inquiries can be directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.

    Point(s) of Contact
    Files
    Title
    Posted
    This amendment to Solicitation Number W912WJ26QA0170001 addresses inquiries and provides clarifications regarding a sealcoating project. Key updates include the posting of a site visit attendee list and responses to industry questions. The closing date for offers remains December 3, 2025, at 5:00 PM Eastern. Clarifications were provided on crack and void filling specifications, confirming that only cracks greater than 1-1/2" wide or deep require filling, and that estimated crack lengths in the SOW were based on total measurements. The contractor is responsible for determining the number of sealcoat applications to ensure durability and for confirming all site measurements. Mastic asphalt is acceptable if it meets SOW requirements. All other terms and conditions of the original solicitation remain unchanged.
    This document is an amendment to Solicitation Number W912WJ26QA017, issued by W2SD ENDIST NEW ENGLAND KO CONTRACTING DIVISION. The amendment, number 0002, dated December 3, 2025, extends the closing date and time for receiving offers. The original response due date of December 3, 2025, is now extended to December 10, 2025, at 5:00 PM Eastern. This extension is granted to allow sufficient time for responses to questions from industry. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment through specified methods, such as completing items 8 and 15, acknowledging on each offer copy, or via separate communication, to avoid rejection of their offer.
    This document outlines Amendment 0003 to Solicitation W912WJ26QA017 for pavement repair, seal coating, and line striping at Buffumville Lake and Hodges Village Dam in Charlton and Oxford, MA. The amendment provides responses to industry questions, revises the Statement of Work (SOW), and clarifies contract terms. Key updates include correcting the number of parking spots to 228, setting the anticipated magnitude of construction between $100,000 and $250,000, and specifying crack filling requirements for widths and depths greater than 1-1/2 inches. The SOW now includes revised general and technical requirements, detailing safety protocols, submittal procedures, product specifications, and execution plans for various work areas. It emphasizes adherence to USACE safety standards, environmental regulations, and manufacturer specifications for all materials and applications. The closing date for offers remains December 10, 2025, at 5:00 PM Eastern.
    This file details specifications for the International Symbol of Accessibility Parking Space Marking, outlining various dimensions and stroke widths. It provides measurements for different components of the symbol, including minimum/standard and special heights and widths, as well as corresponding stroke widths. The document appears to be a technical guideline or standard, likely for use in government RFPs, federal grants, or state/local RFPs related to infrastructure, construction, or accessibility projects, ensuring compliance with accessibility standards for parking facilities.
    This Request for Quotation (RFQ) by the U.S. Army Corps of Engineers (USACE) seeks contractors for pavement crack repair, seal coating, and line striping at Buffumville Lake and Hodges Village Dam in Massachusetts. The project includes work on parking lots and dam crest roads, with specific requirements for materials, execution, and safety. Vendors must submit quotes via email to the Contract Specialist by the closing date, adhere to all instructions, and complete the bid schedule. Award will be based on price alone. Key requirements include mandatory site visits, SAM.gov registration, and specific bonding provisions for contracts over $35,000. Comprehensive safety plans (APP, AHA) and certified personnel (SSHO, First Aid/CPR) are essential. The period of performance is 210 days from the Notice to Proceed, with work expected Monday to Friday, 7:00 AM to 3:30 PM. The document also outlines environmental protection, payment, and security requirements, emphasizing compliance with federal, state, and local regulations.
    Similar Opportunities
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Buyer not available
    The U.S. Army Corps of Engineers – New England District is seeking small business vendors to provide snow removal and sanding services at Birch Hill Dam and Tully Lake in Royalston, MA. The procurement requires the contractor to supply all necessary equipment, materials, labor, and transportation for effective snow management in these project areas. These services are crucial for maintaining accessibility and safety during winter months at the facilities. The solicitation is expected to be available online around December 11, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Paving Repairs, Bourne Bridge, Bourne, MA
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for paving repairs at the Bourne Bridge located in Bourne, Massachusetts. The project aims to address necessary repairs to the bridge's pavement, ensuring safety and functionality for vehicular traffic. This procurement falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, highlighting the importance of maintaining critical infrastructure. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation, with inquiries directed to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including architectural, structural, civil, plumbing, mechanical, electrical, and hazardous material work, with a contract duration estimated at 519 calendar days from the notice to proceed. The project is critical for maintaining operational capabilities and safety standards at the base, addressing significant issues such as asbestos and PCB removal, and ensuring compliance with government regulations. Interested contractors should note that funds are not currently available for this acquisition, and no contract award will be made until appropriated funds are secured; the due date for bids is set for December 8, 2025. For further inquiries, contact Charity Mansfield at charity.a.mansfield@usace.army.mil or call 502-315-6925.
    Wareham Harbor Federal Navigation Project Dredging, Wareham, Massachusetts
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is preparing to issue an Invitation for Bids for the Wareham Harbor Federal Navigation Project Dredging in Wareham, Massachusetts. This procurement is a Total Small Business Set-Aside, requiring qualified contractors to perform mechanical dredging of approximately 52,000 cubic yards of shoaled material over a 10.2-acre area, with an estimated construction cost between $1,000,000 and $5,000,000. The project is critical for maintaining a 2.4-mile long, 9-foot deep navigation channel, ensuring safe passage for vessels, and is expected to commence on July 1, 2026, with all work to be completed by December 31, 2026. Interested bidders should note that the solicitation documents will be available online around mid-November 2025, and inquiries can be directed to Heather Skorik at heather.skorik@usace.army.mil or by phone at 978-318-8040.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Buyer not available
    The U.S. Army Corps of Engineers - New England District is seeking qualified contractors to provide snow removal and sanding services at Black Rock Lake, Northfield Brook Lake, and Thomaston Dam in Thomaston, Connecticut. The contractor will be responsible for supplying all necessary equipment, materials, labor, and transportation to perform these services in accordance with the Performance Work Statement. This procurement is crucial for maintaining safe access and operational efficiency during winter months at these facilities. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 8, 2025. Interested vendors must have an active registration in SAM.gov at the time of submission to be considered, and questions regarding the procurement will only be addressed after the solicitation is posted.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers New England District, is issuing a presolicitation notice for Grounds Maintenance Services at Colebrook River Lake in Colebrook, CT. The procurement requires the contractor to provide all necessary labor, equipment, materials, and transportation to maintain approximately 4.75 acres of fine lawn, perform rough mowing on 1.5 acres, and conduct spring and fall clean-up on 2.5 acres, including clearing drainage swales and catch basins. This service is crucial for maintaining the aesthetic and functional quality of the recreational area, ensuring it remains safe and accessible for public use. Interested small business vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available around December 4, 2025; inquiries should be directed to Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    South Haven and New Buffalo Maintenance Dredging
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), Detroit District, is seeking a contractor for maintenance dredging services at South Haven Harbor and New Buffalo Harbor in Michigan. The project entails mobilizing to dredge both harbors and demobilizing upon completion, with the contract expected to be awarded as a 100% Small Business Set Aside based on the lowest responsible bid. This procurement is crucial for maintaining navigable waterways, and the estimated contract value ranges between $500,000 and $1,000,000, with a Firm-Fixed Price (FFP) structure. Interested contractors should note that the anticipated solicitation will be posted on April 7, 2026, with bids due by May 7, 2026, and must register in the Procurement Integrated Enterprise Environment (PIEE) and System for Award Management (SAM) to participate.
    JHK Erosion Control
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.