Intent to Consolidate: MOTSU Berm Repair FY25
ID: W912PM25B0005Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST WILMINGTONWILMINGTON, NC, 28403-1343, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF OTHER NON-BUILDING FACILITIES (Y1PZ)

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 the MOTSU Berm Repair project at the Military Ocean Terminal at Sunny Point (MOTSU) in Brunswick County, North Carolina. This project, designated as a Total Small Business Set-Aside, involves the construction of berms and related infrastructure, with an anticipated contract value ranging from $10 million to $25 million. The successful contractor will be required to complete the work within 365 calendar days following the Notice to Proceed, with bids due by July 1, 2025. Interested parties can contact Jason Smith at jason.s.smith2@usace.army.mil or Karri Mares at Karri.L.Mares@usace.army.mil for further details.

    Files
    Title
    Posted
    The document comprises an abstract of offers for the "FY25 MOTSU Berm Repairs" project, issued by the U.S. Army Corps of Engineers. It details offers received in response to solicitation number W912PM25B0005, showcasing bids from multiple contractors for various construction tasks associated with berm construction and mobilization. A total of 12 line items are presented, including job estimates ranging from mobilization/demobilization to the construction of specific berms. The document specifies that all offers adhere to a 100% small business set-aside, indicating a commitment to involving small businesses in federal contracts. Listings include proposed bid amounts for jobs from various offerors, reflecting significant cost variations for each task. The summary includes the date of the offer opening, bid security types, and amendment acknowledgments. The document's purpose is to provide a transparent overview of bids received for this government project, facilitating the evaluation and selection of contractors based on financial proposals and compliance adherence. Overall, it underscores the federal government's efforts to promote fair competition while aligning with budgetary expectations for infrastructure repairs and maintenance.
    The U.S. Army Corps of Engineers, Wilmington District, has issued a Sources Sought Notice for the FY25 MOTSU Berm Repair Construction project at the Military Ocean Terminal at Sunny Point, North Carolina. This notice seeks information from potential contractors for mitigating deficiencies in earthen berms that provide safety barriers around ammunition and explosive storage areas. The anticipated project, critical to MOTSU's operations, encompasses site preparation work, including tree clearing, erosion control, and significant earthwork to adhere to explosive safety regulations. Contractors interested in this project must submit relevant information by December 20, 2024, including company details, bonding capabilities, records of previous similar projects, and socio-economic status certifications. The construction project’s estimated value ranges between $10 million and $25 million. A detailed but voluntary response is required, aligning with guidelines set by the Defense Federal Acquisition Regulation Supplement. All submissions must be sent electronically to designated Army Corps contracting officials, emphasizing clarity and comprehensive documentation. The government warns that participation does not guarantee contract awards, and all provided information becomes government property.
    The document outlines the Request for Proposal (RFP) for the MOTSU Berm Repair Construction project (Solicitation No: W912PM25B0005), designated as a 100% Small Business Set-Aside. The anticipated value of the project ranges from $10 million to $25 million, with contract awards contingent on the availability of appropriated funds. It solicits bids for the construction of several berms following specified plans and specifications within a stipulated performance period of 365 calendar days after the notice to proceed. Bids are due by July 1, 2025, and must be submitted electronically through the PIEE website. The solicitation encourages the hiring of veterans and mandates the submission of bid guarantees by bidders. Understanding contractor eligibility includes satisfying financial and operational requirements and compliance with various regulatory certifications. The document also details procedural requirements for site visits, communication protocols, and bid submission guidelines to ensure adherence to federal regulations and smooth award processes. Overall, the RFP is a formal invitation aimed at ensuring project completion while prioritizing small business participation and compliance with legal provisions regarding federal contracts.
    The document serves as an amendment to a solicitation for a government contract by the U.S. Army Corps of Engineers. Its primary purpose is to incorporate revised RTA drawing sheets in response to ProjNet inquiries, provide an updated Technical Summary of Changes, and clarify that unit prices must be rounded to the nearest whole dollar. The solicitation's previously established terms and conditions remain unchanged. The amendment specifies a new effective date of June 12, 2025, and outlines procedures for contractors to acknowledge the amendment to their offers. The notable modifications include updated bidding instructions and changes in the Notice to Offerors, emphasizing pricing adjustments and the total bid item summary across designated CLINS. The contract's period of performance is set for 365 calendar days following the Notice to Proceed. This document emphasizes strict adherence to procedural requirements for contractors engaged in government projects, ensuring clarity and compliance for upcoming offers.
    The document serves as an attendance record for a bid opening related to an Invitation for Bid (IFB) or Request for Proposal (RFP), identified by the number W912PM25B0005, concerning the FY25 MOTSU Berm Repairs project. Scheduled for July 1, 2025, at 2:00 PM EST, the attendance sheet lists participants from various companies, primarily contractors and representatives from the US Army Corps of Engineers in Wilmington. Notable companies in attendance include Straight Up Excavation, Odin Construction, Maloney Odin JV, Eagle Eye, and Polote Corporation. This bid opening reflects the federal government's process for awarding contracts related to infrastructure projects, emphasizing collaboration between public entities and private sector contractors. The document highlights the involvement of various stakeholders in the proposal process, which plays a critical role in ensuring transparency and competitiveness in government contracting.
    Lifecycle
    Title
    Type
    Similar Opportunities
    MOTCO Rail Curves Package 2
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Sacramento District, is soliciting bids for the MOTCO Rail Curves Package 2 project, which involves the removal and replacement of existing railroad curves at the Military Ocean Terminal Concord in California. The project scope includes the reconstruction and replacement of approximately 7,500 linear feet of rail, along with the repair or replacement of ties, rails, and other track hardware at multiple rail curves, specifically targeting curves 6, 11, and 12, while also including the demolition of curves 4 and 5. This work is critical for maintaining operational efficiency and safety at the terminal, adhering to standards set forth in UFC 4-860-01FA and the AREMA Manual for Railway Engineering. Interested contractors should reach out to Jessica Padilla at jessica.padilla@usace.army.mil or call 916-557-6783 for further details, and must ensure to submit their offers for each Contract Line Item Number (CLIN) as specified in the amendments.
    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.
    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.
    W912HN25BA021 - Brunswick Entrance Channel Widener Dredging Project.
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Brunswick Entrance Channel Widener Dredging Project, located in Brunswick Harbor, Georgia. This project involves maintenance dredging services, specifically the removal of approximately two million cubic yards of material from the entrance channel and adjacent areas, with dredged material to be disposed of offshore. The contract is critical for maintaining navigational depths and ensuring safe passage for vessels in the harbor. Interested bidders must submit their proposals electronically via the PIEE system by December 19, 2025, at 1:00 PM EST, and can direct inquiries to Rohan Bryan at rohan.a.bryan@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil.
    North Jetty Repairs, Indian River Inlet
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is soliciting proposals for a Firm Fixed-Price construction contract focused on the North Jetty Repairs Project at Indian River Inlet in Sussex County, Delaware. The project entails the repair of a degraded rubblemound jetty, including both subaerial and submerged sections, and the construction of a new seaward terminus, utilizing large rock and marine mattresses in a challenging inlet environment. The estimated construction cost ranges between $25 million and $100 million, with a performance period of 730 calendar days from the Notice to Proceed. Interested contractors must register for a pre-proposal site visit scheduled for November 12, 2025, and submit proposals via the System for Award Management (SAM) and PIEE Solicitation Module by the extended deadline of December 18, 2025. For further inquiries, contact Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil or Brandon Mormello at Brandon.R.Mormello@usace.army.mil.
    Mid-Bay James Island Phase 1 Ecosystem Restoration
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Baltimore District, is soliciting bids for the Mid-Bay James Island Phase 1 Ecosystem Restoration project located in Dorchester County, Maryland. This contract involves the construction of dikes and the dredging and stockpiling of sand materials to facilitate ecosystem restoration efforts in the Chesapeake Bay area. The project is significant for enhancing the ecological health of the region and is expected to have a construction value between $100 million and $250 million, with a revised duration of approximately 540 calendar days from the Notice to Proceed. Interested contractors can reach out to Aisha Boykin at aisha.r.boykin@usace.army.mil or call 410-962-4978 for further details.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the Design-Bid-Build project P1556, which involves the construction of the 10th Marines Maintenance and Operations Complex at Marine Corps Base Camp Lejeune, North Carolina. This project encompasses the construction of multiple buildings, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The complex is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, ensuring they have the necessary facilities for maintenance and operations. Proposals are due by January 8, 2026, and must demonstrate relevant corporate experience, a comprehensive management approach, and a commitment to at least 20% small business participation. Interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or by phone at 757-341-1999 for further information.
    JHK Erosion Control
    Dept Of Defense
    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.
    Atlantic Intracoastal Waterway (AIWW) Dredged Material Placement Facility (DMPF) Improvements
    Dept Of Defense
    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.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Savannah District, is soliciting proposals for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million, exclusively set aside for small businesses. This contract will facilitate the issuance of task orders for various construction projects within the Savannah District's area of responsibility, primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work. Interested contractors must submit their proposals by December 18, 2025, at 1100 hours EST via the PIEE Solicitation Module, and should direct inquiries to Gregory Graham at gregory.m.graham@usace.army.mil or by phone at 912-652-5476.