Philpott Anchors and Instrumentation Construction
Type: 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

REPAIR OR ALTERATION OF DAMS (Z2KA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers – Wilmington District, is seeking contractors for the Philpott Anchors and Instrumentation Construction project, with an estimated value between $5 million and $10 million. The project involves the installation of spillway anchors, automated anchor load sensors, inclinometers, and other related tasks, requiring contractors to commence work within 10 calendar days of receiving notice to proceed and complete it within 365 calendar days. This construction effort is critical for maintaining the stability and operational integrity of the Philpott Dam in Virginia. Interested parties must RSVP for the Industry Day by January 16, 2025, and submit all inquiries via the ProjNet website by February 2, 2026; for further information, contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil.

    Files
    Title
    Posted
    This government file outlines the technical specifications and administrative requirements for the Philpott Dam Stability Analysis and Anchors Design project in Henry and Franklin Counties, Virginia. The project, commissioned by the US Army Corps of Engineers – Wilmington District, involves installing spillway anchors, automated anchor load sensors, inclinometers, and automating crack gauges and piezometers. The document details the scope of work, including various installation tasks, and specifies payment procedures for both job and unit-priced items. It also establishes comprehensive administrative requirements, such as submittal procedures, minimum insurance, superintendent qualifications, preconstruction and partnering conference protocols, and a detailed project scheduling methodology using the Critical Path Method (CPM). The schedule must adhere to specific coding, activity duration, and milestone requirements, with an emphasis on cost loading and compliance to avoid payment withholdings. The dam is to remain operational throughout the project, with strict safety and environmental controls in place.
    This document is a Request for Proposal (RFP) for the W912PM26RA004 PHILPOT ANCHORS CONSTRUCTION project, with an estimated value between $5,000,000.00 and $10,000,000.00. The project requires contractors to begin work within 10 calendar days of receiving notice to proceed and complete it within 365 calendar days. Key requirements include performance and payment bonds, compliance with Cybersecurity Maturity Model Certification (CMMC) Level 1, and registration in the System for Award Management (SAM). Proposals must be submitted electronically, and offerors must address technical inquiries via ProjNet. The solicitation details various construction tasks, such as mobilization, anchor installation, drilling, and testing, all under a Firm Fixed Price arrangement. It also outlines federal acquisition regulations (FAR) and defense federal acquisition regulations supplement (DFARS) clauses, covering aspects like bid guarantees, site visits, and limitations on subcontracting. Offerors must complete representations and certifications, including taxpayer identification and small business program representations. Liquidated damages for delayed completion are set at $1,482.00 per calendar day.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Milford Haven Dredging and Jetty Work
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), Norfolk District, is hosting a virtual Industry Day for contractors interested in the Milford Haven Dredging and Jetty Repair project in Gwynn, Virginia. The project involves hydraulic maintenance or mechanical dredging of the Milford Haven Channel to a depth of 10 feet, along with the repair of the adjacent jetty structure, which includes the removal of old stone and installation of new materials. This initiative is crucial for maintaining navigational safety and environmental integrity in the area, with the solicitation for the contract expected to be released in the fourth quarter of FY2028. Interested contractors must RSVP by January 12, 2026, to participate in the Industry Day scheduled for January 15, 2026, and can direct inquiries to Contract Specialist Susan Ellis at susan.k.ellis@usace.army.mil or by phone at 757-201-7136.
    Park Attendant Services for John H. Kerr Dam & Reservoir and Philpott Lake & Dam
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for Park Attendant Services at Philpott Lake and Dam in Bassett, VA, and John H. Kerr Dam and Reservoir in Boydton, VA. The procurement aims to secure qualified small businesses to provide essential services, including gate operations, fee collection, visitor assistance, and emergency response, during the 2026 and 2027 recreation seasons. These services are vital for maintaining the recreational facilities and ensuring a positive experience for visitors. Interested parties must submit their quotes by January 15, 2026, and direct any questions to the Contract Specialist, Sonny Smith, at sonny.z.smith@usace.army.mil or the Contracting Officer, Troy D. Small, at troy.d.small@usace.army.mil, with a requirement for Cybersecurity Maturity Model Certification (CMMC) Level 1 compliance prior to contract award.
    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.
    Pike Island Locks and Dam Bulkhead Slot Coring and Wiresawing
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting bids for a project involving Bulkhead Slot Coring and Wiresawing at Pike Island Locks and Dam, located in Wheeling, West Virginia. The project requires contractors to furnish all necessary equipment, labor, and supervision to prepare the site for future installation of downstream bulkhead recesses, which includes coring and wiresawing concrete in both the main and auxiliary lock chambers. This work is critical for the maintenance and repair of the dam infrastructure, ensuring its operational integrity and safety. Interested small businesses must submit their bids electronically by 11:00 AM ET on January 13, 2026, and all inquiries should be directed through ProjNet by December 24, 2025. For further information, potential bidders can contact Aaron Barr at aaron.m.barr@usace.army.mil or Connie L. Ferguson at Connie.L.Ferguson@usace.army.mil.
    ATLANTIC INTRACOASTAL WATERWAY (AIWW) SNOWS CUT BANK STABILIZATION
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the Atlantic Intracoastal Waterway (AIWW) Snows Cut Bank Stabilization project in Wilmington, North Carolina. The project involves maintenance dredging and stabilization of approximately 7,100 feet of shoreline, requiring activities such as vegetation clearing, bank sloping, and the installation of erosion protection measures, including riprap and breakwater structures. This small business set-aside contract is valued between $10 million and $25 million, with a firm fixed price structure, and is expected to be solicited electronically on or about February 19, 2026. Interested contractors must be registered in the System for Award Management (SAM) and can contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil for further information.
    LOCK AND DAM 25 NEW 1,200 FT LOCK NAVIGATION AND ECOSYSTEM SUSTAINABILITY PROGRAM (NESP) - Sources Sought, Request for Information, Industry Day and Interviews
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Louis District, is seeking businesses capable of constructing a new 1,200 ft Lock for Lock and Dam 25, located in Winfield, Missouri. This project is part of the Navigation and Ecosystem Sustainability Program (NESP) and aims to enhance navigation and ecological sustainability along the river system. The procurement process includes a series of amendments and opportunities for industry engagement, including an Industry Day and one-on-one interviews, with key deadlines for registration and responses set for June 2024. Interested parties should contact Whitney Dee at whitney.r.dee@usace.army.mil for further details and to access the necessary documents.
    James River Dredging Industry Day-Post Event Docs
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Norfolk District, is seeking qualified contractors for the James River Maintenance Dredging project, which will be executed as a five-year Small Business Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) contract with a total capacity of up to $47 million. The project involves maintenance dredging of approximately 1.0 million cubic yards of fines and sand, utilizing cutter-head pipeline equipment, with specific environmental restrictions in place to protect local fish populations and shellfish. Interested contractors should note that the Invitation for Bid is expected to be released in February 2026, with contract awards anticipated in July 2026; for further inquiries, they can contact Susan Ellis at susan.k.ellis@usace.army.mil or Tiffany Kirtsey at tiffany.n.kirtsey@usace.army.mil.
    Dana Point West Breakwater Repair Project
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Dana Point West Breakwater Repair Project in California. The project involves the complete repair of the west breakwater at Dana Point Harbor, which includes replacing displaced armor stone, resetting existing stone, and dredging approximately 45,000 cubic yards of sediment for access, with the dredged material to be used for nearshore nourishment at Doheny State Beach. This construction project is significant for maintaining coastal infrastructure and ensuring environmental protection, with an estimated contract value between $5 million and $10 million. Interested contractors should note that the tentative issue date for the Invitation for Bid is December 16, 2025, with a bid opening scheduled for January 19, 2026; inquiries can be directed to Ashley Powell or Patricia B Bonilla via their provided emails.
    John Day Dam Turbine Replacement and Generator Rewind (TRGR)
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Portland District, is seeking contractors for the John Day Dam Turbine Replacement and Generator Rewind (TRGR) project located in Rufus, Oregon. The project involves designing and constructing up to sixteen new turbine runners and rewinding up to sixteen generators to enhance turbine reliability, increase fish survival rates, improve efficiency, and provide greater operational flexibility. This competitive procurement will utilize a two-phase design-build approach, with an estimated construction magnitude exceeding $500 million, and is set to be awarded as a fixed-price contract with economic price adjustments. Interested contractors should note that the tentative solicitation issuance date is by December 30, 2025, and must ensure they are registered in SAM.gov prior to submission. For further inquiries, contact Aragon Liebzeit at aragon.n.liebzeit@usace.army.mil or Mitchell Johnson at mitchell.j.johnson@usace.army.mil.
    Construct New Bulkhead at Hugo Lake
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for the construction of a new bulkhead at Hugo Lake. This procurement involves the fabrication, delivery, and testing of a segmental bulkhead along with the necessary support hardware and equipment for use at Hugo Dam. The project is critical for the restoration and maintenance of real property, ensuring the integrity and functionality of the dam infrastructure. Interested contractors can reach out to John Lindblom at john.e.lindblom@usace.army.mil or call (918) 669-7109 for further details regarding the presolicitation notice.