Dam Toe Access Road Paving, East Brimfield Lake, Fiskdale, MA
ID: W912WJ25Q0054Type: Solicitation
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 U.S. Army Corps of Engineers – New England District is soliciting proposals for the paving of a 400-foot gravel access road on the dam toe at East Brimfield Lake in Fiskdale, Massachusetts. The project requires contractors to furnish all necessary materials, equipment, and labor to complete the paving in accordance with the provided Statement of Work, emphasizing compliance with federal safety standards and environmental considerations. This initiative is part of the government's effort to enhance public infrastructure and support local economic development, with a contract value estimated between $25,000 and $100,000. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by the deadline of March 18, 2025, at 5:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines an amendment to Solicitation No. W912WJ25Q0054 issued by the U.S. Army Engineer District, New England, pertaining to contract terms under federal acquisition regulations. Key changes include the modification of FAR clauses 52.213-4 and 52.204-8, the removal of FAR clauses 52.222-23 and 52.222-27, and updates to compliance and reporting requirements. The solicitation's closing date remains March 18, 2025, at 5:00 PM Eastern, and all other terms are unchanged. The main adjustments involve revised terms for simplified acquisitions, additional requirements for contractor compliance with federal laws, and updates on representations and certifications relevant to small business standards. It also specifies the applicable FAR clauses that ensure contractors practice equal employment and adhere to standards for subcontractors and purchases. The summary serves as a reference for vendors and contractors interested in responding to the solicitation, ensuring clarity in obligations under the amended terms. This amendment reflects the government's ongoing commitment to maintaining regulatory compliance and promoting fair contracting practices in federal projects.
    The document outlines a Request for Proposal (RFP) related to a paving project within a designated area, as illustrated in the accompanying maps (Figures 1 and 2). The primary objective is to improve the road infrastructure, ensuring safe and accessible transportation routes for community members. Key details include specifications for materials, project timelines, and compliance with local regulations. Additionally, it highlights the importance of environmental considerations in the paving process, such as drainage management and minimizing disruption to surrounding areas. The RFP invites contractors with relevant experience to submit proposals, detailing their methodologies, safety protocols, and past project references. This project reflects the government's initiative to enhance public infrastructure and support local economic development through improved transportation networks. Close adherence to proposed guidelines will be essential for successful execution.
    The East Brimfield Lake project involves a Request for Quotations (RFQ) for paving an approximately 400-foot gravel access road on the dam toe in Fiskdale, Massachusetts. The government seeks quotes for the project, requiring bidders to provide all labor, materials, and equipment necessary. The RFQ outlines the steps and criteria for submission, including the need for a safety compliance plan and a bond for work valued over $150,000. Site visits are strongly encouraged for accuracy in quoting, and successful bidders must adhere to federal safety standards, including accident prevention and training certifications. The contractor's responsibilities include quality control, coordination with other government projects, and environmental protection. The completion timeline mandates work done within 120 days of notice to proceed, reinforcing the government’s commitment to maintaining infrastructure while ensuring safety and compliance with regulations.
    Similar Opportunities
    Wareham Harbor Federal Navigation Project Dredging, Wareham, Massachusetts
    Dept Of Defense
    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.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for snow removal and sanding services at Tully Lake and Birch Hill Dam in Royalston, MA. The contract, valued at up to $9.5 million, requires vendors to provide all necessary equipment, materials, labor, and transportation for effective snow management, including plowing, shoveling, and sanding, with the possibility of an optional additional year. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB) under the NAICS code 561730, emphasizing the importance of safety regulations and the submission of an Accident Prevention Plan. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Jennifer M. Samela by December 23, 2025, to be considered for this opportunity.
    Office Janitorial Services, North Springfield Lake and Upper Connecticut River Basin, North Springfield & Perkinsville, VT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting proposals for office janitorial services at the North Springfield Lake and Upper Connecticut River Basin offices located in North Springfield and Perkinsville, Vermont. The contractor will be responsible for providing all necessary equipment, materials, and labor to perform cleaning services, which include weekly office cleaning, bi-annual window cleaning, and annual carpet steam cleaning, in accordance with the Performance Work Statement. This procurement is set aside for small businesses, with a maximum contract value of $22 million and a requirement for active registration in SAM.gov at the time of submission. Interested vendors must submit their quotes via email to Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, ensuring compliance with all solicitation instructions to avoid rejection.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    John Day Transportation and Site Access
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Portland District, is seeking construction firms to submit proposals for the John Day Transportation and Site Access project at the John Day Lock and Dam in Sherman County, Oregon. The project involves designing and constructing transportation and site access improvements, including a new public access road, modifications to the existing road, additional contractor staging space, and various new buildings to support future turbine rewind and generator replacement activities. This initiative is crucial for enhancing access for heavy equipment and improving safety and traffic flow for employees, contractors, and visitors. Interested firms should note that the solicitation is expected to be released on or about December 15, 2025, with proposals due around January 19, 2026. The estimated project cost ranges from $10 million to $25 million, and inquiries can be directed to Nicholas Weaver at Nicholas.E.Weaver@usace.army.mil or Cory Pfenning at cory.r.pfenning@usace.army.mil.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for a contract involving spillway vegetation cutting and herbicide treatment at Surry Mountain Lake in Surry, NH. The project requires the contractor to provide all necessary labor, equipment, and materials to cut and chemically treat approximately two acres of vegetation along the dam's ledge walls and spillway floor, with specific guidelines for handling different types of vegetation. This procurement is crucial for maintaining the integrity of the spillway and ensuring compliance with local, state, and federal regulations regarding vegetation management. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around December 22, 2025; inquiries during the presolicitation phase will not be addressed.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.
    Playground Equipment Supply, Edward MacDowell Lake, Peterborough, NH
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking small business vendors to supply, deliver, and unload playground equipment at Edward MacDowell Dam in Peterborough, New Hampshire. The procurement includes specific requirements for playground structures and a swing set system, emphasizing compliance with safety certifications (ASTM and CPSC), design specifications, and aesthetic considerations, such as color schemes. This opportunity is significant for enhancing recreational facilities and ensuring safety standards for community use. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Contract Specialist Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, with the award based solely on price.