Topsail Beach Pier Removal
ID: W912PM25QA013Type: Solicitation
Overview

Buyer

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

NAICS

Other Waste Collection (562119)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

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 (USACE), is seeking a contractor for the removal and disposal of the remains of the USACE Pier and associated debris at Topsail Beach, North Carolina. The contractor will be responsible for providing all necessary labor, equipment, materials, and services while adhering to safety and occupational health requirements, with a performance period of 45 days post-award. This project is crucial for maintaining coastal infrastructure and mitigating environmental impacts, aligning with federal objectives for public safety. Interested small businesses, particularly women-owned, must submit their Price Quote and Technical Proposal electronically by April 29, 2025, with a site visit scheduled for April 21, 2025. For further inquiries, contact Sonny Smith at sonny.z.smith@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil.

    Files
    Title
    Posted
    The solicitation W912PM25QA013 is for the removal and disposal of remains and debris from the USACE Pier and Piling clusters at Topsail Beach, NC, as part of a federal procurement initiative exclusively for small businesses. Eligible offerors must provide both a Price Quote and a Technical Proposal electronically by the due date of 29 April 2025, with a site visit scheduled for 21 April 2025. Questions regarding the RFP must be submitted by 22 April 2025. The contract will be awarded to the lowest priced technically acceptable offeror. Emphasis is placed on electronic submissions to minimize paperwork, and strict guidelines are provided for document formatting and submission procedures. The aim is to ensure compliance with federal regulations while efficiently addressing the environmental concerns posed by the debris on the beach.
    The document outlines wage determinations under the Service Contract Act (SCA) by the U.S. Department of Labor, specifically for contracts in North Carolina's New Hanover and Pender counties. It states that contracts awarded or renewed after January 30, 2022, must pay workers at least $17.75 per hour, while earlier contracts not renewed are subject to a minimum of $13.30 per hour. The wage determination includes detailed occupational classifications and corresponding wage rates for various positions, emphasizing compliance with federal minimum wage requirements under Executive Orders 14026 and 13658. Additional worker protections, such as paid sick leave provisions, are mandated for relevant contracts awarded after January 1, 2017. Fringe benefits, including health and welfare support amounting to $5.36 per hour, vacation, and holiday pay, are also specified. Furthermore, the document details the processes for requesting wage rate modifications for unlisted job classifications, ensuring fair compensation and compliance with federal labor standards. This document serves as a guideline for government contractors to adhere to wage requirements and worker protections while executing federally funded contracts.
    The U.S. Army Corps of Engineers (USACE) is seeking a contractor for the removal and disposal of the Topsail Pier and associated debris in Topsail Beach, NC. The contractor is responsible for providing all necessary labor, equipment, and materials, while ensuring adherence to safety and occupational health requirements outlined in EM 385-1-1. Key project specifications include a scheduled site visit, with an emphasis on work being conducted in accordance with marine construction best practices. Work will be performed at a specified location, 1 Shore Line Dr, and is restricted on federal holidays. Security protocols must be observed, including securing the work area after hours. Daily safety meetings and comprehensive accident reporting are mandatory, emphasizing proactive risk management. The contract's performance period is 45 days post-award, with invoices submitted upon project completion. The document outlines overall requirements, safety protocols, and specific details related to contractor responsibilities, ensuring compliance with state and federal regulations throughout the project's duration. This removal effort aligns with federal objectives to maintain and improve coastal infrastructure, mitigating environmental impact and public safety risks.
    The document outlines a solicitation for a contract specifically designed for Women-Owned Small Businesses (WOSB) to remove and dispose of the remains of the USACE Pier and associated debris at Topsail Beach, NC. The contract, identified by the requisition number W912PM25QA013 and valued at USD 47,000,000.00, requires the contractor to provide all necessary labor, materials, and services. It incorporates numerous federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, which include guidelines for fair labor practices, contractor ethics, and specific contracting requirements that cater to small businesses, particularly those owned by women and historically underrepresented groups. Additionally, the document details evaluation criteria for offers, stressing recent and relevant contract experience, regulatory compliance, and offering terms. The emphasis on utilizing women-owned businesses aligns with federal policies encouraging diverse participation in government contracting. Compliance with various clauses and submission of documentation is essential to ensure contract eligibility and adherence to legal standards during performance. This solicitation signifies the government's commitment to support and empower small businesses, particularly in the construction and environmental sectors.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    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.
    Coastwide Beach and Dune Ecosystem Restoration, Hancock County, MS
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the Coastwide Beach and Dune Ecosystem Restoration project in Hancock County, Mississippi. This project involves the construction of a 150-foot-wide beach berm along approximately 5 miles of the mainland coast, aimed at enhancing coastal resilience and mitigating storm-related impacts. The work will require sourcing and transporting an estimated 300,000 cubic yards of sand to complete the berm construction, which will extend seaward from the existing seawall. Interested small businesses should contact Terri Adams at terri.m.adams@usace.army.mil or 251-441-6500, or Elizabeth Trimble at elizabeth.m.trimble@usace.army.mil or 251-690-3329 for further details.
    FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging at select sites. This procurement aims to maintain and enhance the navigability of the Atlantic Intracoastal Waterway, which is crucial for commercial and recreational maritime activities. The contract is set aside for small businesses, in accordance with FAR 19.5, and the bids are due by 12:00 PM on January 14, 2026, following an amendment that changed the original deadline. Interested parties can reach out to Amy Collins at amy.l.collins@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil for further information.
    Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action
    Dept Of Defense
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors for the Raritan Bay Slag Superfund Site Operable Unit 1 - Seawall Sector Remedial Action project in Middlesex County, New Jersey. The procurement involves a competitive contract for the dredging, excavation, and removal of contaminated source materials, including slag and battery casing materials, as well as contaminated soil and sediment from the Seawall Sector. This remediation effort is critical for addressing highly toxic principal threat waste and ensuring environmental protection in the area. Interested parties can reach out to Chris Lewis at christopher.d.lewis3@usace.army.mil or Michael Dolly at michael.s.dolly@usace.army.mil for further details, with the understanding that this notice does not constitute a commitment by the Government to award a contract.
    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.
    Cornucopia Harbor Maintenance Dredging
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W072 Endist Detroit office, is soliciting bids for the Cornucopia Harbor Maintenance Dredging project located in Cornucopia, Wisconsin. This project entails mechanical dredging within the Inner Harbor South Arm and North Arm, with optional work in the Outer Harbor, and the dredged material will be placed in three designated upland sites. The maintenance of the harbor is crucial for ensuring navigability and safety in the federal navigation channel, which supports local maritime activities. Interested contractors must note that the bid opening is scheduled for December 19, 2025, at 2:00 PM EST, and should direct inquiries to Dorretta Battles at 313-226-2719 or via email at dorretta.j.calhoun-battles@usace.army.mil. This opportunity is set aside for small businesses under the SBA guidelines.