Great Wicomico Rehabilitation Project
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NORFOLKNORFOLK, VA, 23510-1096, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

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, is seeking contractors for the Great Wicomico Rehabilitation Project, a construction initiative located in Virginia. This project involves the restoration of real property and falls under the category of Other Heavy and Civil Engineering Construction, with a total small business set-aside designation. The procurement process is crucial for ensuring transparency and accountability, as it involves evaluating bids from contractors, with total evaluated prices ranging from approximately $2.2 million to $2.9 million. Interested parties can reach out to Amy Coody at amy.h.coody@usace.army.mil or call 757.201.7883 for further details regarding the solicitation.

    Files
    Title
    Posted
    The document is an abstract of offers related to the Great Wicomico Rehabilitation Project, a construction solicitation issued by the U.S. Army Corps of Engineers. It includes key administrative details such as solicitation number, date issued, opening date, and issuing office. Various offers from contractors are summarized, outlining items like mobilization, substrate procurement, and surveys, alongside respective estimated quantities, unit prices, and amounts. The offers are from Coastal Design & Construction, Inc. and Pontiac Drywall Systems, Inc., both of which acknowledged amendments and provided bid securities. The total evaluated prices for the offers range from approximately $2.2 million to $2.9 million. The primary purpose of this document is to provide a structured overview of received bids for a public works project, facilitating transparency and accountability in the procurement process. Overall, it serves as part of the due diligence in evaluating contractor proposals for government-funded construction projects.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Thimble Shoal Maintenance Dredging
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Thimble Shoal Maintenance Dredging project in Hampton, Virginia. This procurement involves maintenance dredging services to ensure the operational efficiency and safety of dredging facilities, which are critical for navigation and environmental management in the area. The contract is categorized under the NAICS code 237990, focusing on other heavy and civil engineering construction, and is expected to be awarded following a presolicitation notice. Interested parties can reach out to Amy Coody at amy.h.coody@usace.army.mil or by phone at 757-201-7883, or Tiffany Kirtsey at Tiffany.N.Kirtsey@usace.army.mil or 757-201-7132 for further details.
    MDC 3289 Revetment Barges FY25
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking proposals from qualified small businesses for the construction of revetment barges under the project titled "MDC 3289 Revetment Barges FY25." This procurement aims to acquire specialized barges designed for use in military and civil engineering applications, which are crucial for shoreline protection and flood control efforts. The work will be performed in Mississippi, and the contract is set aside for total small business participation, emphasizing the government's commitment to supporting small enterprises. Interested parties should reach out to Katie Sayers at Katie.L.Sayers@usace.army.mil or Michael J. Hunter at michael.j.hunter@usace.army.mil for further details and to stay informed about the upcoming solicitation timeline.
    James Island Restoration Phase I
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Baltimore District, is seeking expressions of interest from qualified contractors for the James Island Restoration – Phase 1 project located in Dorchester County, Maryland. This project involves significant construction activities, including the construction of dikes, dredging and stockpiling sand, installing a steel bulkhead, and building spillway structures, with estimated costs ranging from $250 million to $500 million and a project duration of approximately 1,095 days. The procurement emphasizes the engagement of small businesses, particularly those classified under various socioeconomic categories, and requires contractors to demonstrate relevant experience and capabilities. Interested firms must submit their qualifications by March 21, 2025, to Aisha Boykin at USACE, as this notice serves as a preliminary inquiry and is not a request for proposals or bids.
    Island Creek Repair and Armoring
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for the Island Creek Repair and Armoring project, specifically focusing on the repair of the seepage berm at the Island Creek Dam in Charlotte, North Carolina. This project, estimated to cost between $1,000,000 and $5,000,000, is a total small business set-aside, requiring contractors to adhere to various federal regulations and submit their bids by March 25, 2025. The work involves stabilizing the dam's structure while addressing environmental concerns and safety protocols, with a completion timeline of 540 days from the notice to proceed. Interested contractors can reach out to Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil for further details.
    AE IDIQ Design and Engineering Services for Waterfront -Small Projects - HR AOR
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is seeking qualified small businesses to provide architect-engineer design and engineering services for small waterfront projects in the Hampton Roads Area of Responsibility (HR AOR). This Indefinite Delivery Indefinite Quantity (IDIQ) contract, valued at up to $95 million over a five-year period, will encompass planning, design, and construction services related to military waterfront facilities and utility systems. The procurement emphasizes the importance of specialized experience, qualifications, and past performance, ensuring that selected firms adhere to federal standards and safety regulations. Interested contractors must submit their proposals electronically by April 14, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.bricker@navy.mil for further information.
    Charles Page Floodwall Erosion Repair
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Tulsa office, is soliciting bids for the Charles Page Floodwall Erosion Repair project. This procurement aims to address erosion issues by updating plan sheet CP500 to include additional concrete reinforcement details, ensuring the structural integrity of the floodwall. Such repairs are critical for maintaining the effectiveness of flood control measures in the region. Interested small businesses are encouraged to participate, as this opportunity is set aside for total small business participation under FAR 19.5. For further inquiries, potential bidders can contact Shawn Brady at shawn.brady@usace.army.mil or by phone at 918-669-4984.
    Winhall Brook Campground, Three (3) Restroom Renovations, Ball Mountain Lake, South Londonderry, VT.
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking a contractor for the renovation of three restrooms at the Winhall Brook Campground located in South Londonderry, Vermont. The project involves providing all necessary labor, materials, equipment, and transportation to restore restrooms that were damaged during the storms in July 2023, including updates to fixtures, interior spaces, and the construction of new shower stalls that will require alterations to the roofline. This renovation is crucial for the campground's operation and visitor experience, ensuring that facilities are safe and functional. Interested contractors, particularly small businesses, can reach out to Ann Adley at ann.m.adley@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details, with the procurement being set aside for small businesses under FAR 19.5.
    DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for a Design Build Construction Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract. This procurement aims to engage contractors capable of providing construction services for commercial and institutional buildings, as well as the restoration of real property, which is critical for maintaining military infrastructure. The selected contractors will be expected to deliver a range of construction projects under this contract, which is vital for supporting the operational readiness of military facilities. Interested parties should reach out to Ann Adley at ann.m.adley@usace.army.mil or call 978-318-8255 for further details regarding the solicitation process.
    Codorus Creek Shoal Removal
    Buyer not available
    The U.S. Army Corps of Engineers, Baltimore District, is preparing to solicit bids for the Codorus Creek Shoal Removal Project in York, Pennsylvania, which involves essential dredging services. The project aims to maintain the flood damage reduction channel along Codorus Creek by removing shoals that consist of pebbles, cobbles, vegetation, wood debris, and gravel, thereby ensuring proper water flow in the area. This maintenance is crucial for the York Flood Risk Management Project and is expected to be completed within 60 days from the Notice to Proceed, with a contract value estimated between $1 million and $5 million. Interested vendors, particularly those certified as Women-Owned Small Businesses (WOSB), should prepare for the invitation for bid (IFB) anticipated to be released in the second quarter of FY25, and can contact Erica Stiner or Jeffrey B. May for further information.
    LC-U33-Rodriguez Range-De-lead and Repair Berms on Outdoor Ranges, JEB Little Creek - Fort Story Base, Little Creek Site
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "LC-U33-Rodriguez Range-De-lead and Repair Berms on Outdoor Ranges" project at the Joint Expeditionary Base Little Creek – Fort Story in Virginia Beach, VA. This project involves the de-leading and repair of earth berms on outdoor ranges, with an estimated cost between $500,000 and $1,000,000, and a completion period of 180 calendar days post-award. The initiative is crucial for maintaining operational safety and environmental compliance at military training facilities, ensuring adherence to regulatory standards regarding lead exposure and site restoration. Interested contractors must submit their proposals by March 20, 2025, via the Procurement Integrated Enterprise Environment (PIEE), and can direct inquiries to Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or Katherine Dinneen at katherine.dinneen@navy.mil.