Island Creek Repair and Armoring
ID: W912PM24B0013Type: Presolicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

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 Army Corps of Engineers, is soliciting bids for the Island Creek Repair and Armoring project, which involves the construction of a seepage berm at the Island Creek Dam in Charlotte, North Carolina. The project aims to stabilize the dam's structure while addressing environmental concerns and ensuring compliance with safety protocols, with a construction budget estimated between $1,000,000 and $5,000,000. This opportunity is set aside exclusively for small businesses, and interested contractors must submit their bids by March 25, 2025, with work expected to commence within 10 days of the notice to proceed and completed within 540 days. For further inquiries, potential bidders can contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Troy Small at troy.d.small@usace.army.mil.

    Files
    Title
    Posted
    The solicitation W912PM24B0013, for the Island Creek Seepage Berm Repair, involves construction work estimated between $1,000,000 and $5,000,000. This is a 100% small business set-aside, requiring bids to be submitted by March 25, 2025. The contractor is expected to start work within 10 calendar days of the notice to proceed and complete it within 540 days. Bidders must furnish required performance and payment bonds and include unit prices rounded to two decimal places. The request for proposal emphasizes the importance of compliance with various federal regulations and certifications included in the bidding process. Detailed instructions for inquiry submissions, bid delivery, and compliance with equal opportunity employment are highlighted. The bidders must register with the System for Award Management (SAM) and provide necessary financial information upon request. This RFP offers a structured approach focused on transparency, competitive bidding, and adherence to government procurement guidelines, reflecting the agency's commitment to engaging small businesses in federal contracting.
    The document pertains to federal government RFPs and state and local RFPs aimed at soliciting proposals for various projects. Although no specific details from the file are discernible due to the corrupted nature of the text, the typical purpose of such documents is to outline funding opportunities available for local governments and organizations. These RFPs generally seek proposals from eligible entities to support initiatives tied to community development, infrastructure improvements, public health, or other local needs. Key aspects of RFP processes include the clear definition of project objectives, eligibility criteria for applicants, deadlines for submission, required documentation, and evaluation criteria for proposal selection. The overall structure is designed to ensure transparency and encourage competitive bidding among potential contractors or service providers. This summary captures the essence of typical RFP documents utilized in the government sector, emphasizing their role in funding community projects and ensuring compliance with legal and procedural standards within the solicitation process.
    The Island Creek Dam Seepage Berm Repair project details the requirements for repairing the seepage berm at the dam. It outlines various divisions including procurement, general requirements, and technical specifications for concrete and earthwork. The project aims to stabilize the dam's structure by implementing a seepage berm, addressing environmental concerns and safety protocols. Key aspects include contractor responsibilities for quality control, compliance with Army security mandates, and adherence to Virginia Department of Transportation standards. Important features of the project include a need for detailed project scheduling using Critical Path Method (CPM), contractor submissions for materials, environmental considerations, and safety measures for site operations. Funding aspects include mobilization, construction payments, and performance bonds. Overall, the document serves as a comprehensive guide for contractors to conduct the project in accordance with federal regulations and best practices.
    The document contains a government request for proposals (RFP) related to federal grants and state/local initiatives. Its primary focus is to solicit bids or applications from organizations capable of fulfilling specific programmatic or service needs defined by the government. Key aspects of the RFP include eligibility criteria for potential applicants, project specifications, submission deadlines, funding amounts, and evaluation processes for proposals. It emphasizes the importance of compliance with federal and state regulations and encourages innovative solutions to address identified challenges. The structure typically includes sections outlining the scope of work, goals, and objectives, along with reporting and performance metrics that will guide the assessment of proposals. Overall, the aim is to foster partnerships that enhance public service delivery while ensuring accountability and transparency in the use of public funds for community benefit.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    PI2045M Parris Island 3rd Battalion Pond Causeway Repair
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. This project involves roadway rehabilitation, the construction of new channels to replace existing culverts, and adherence to environmental regulations, with an estimated construction cost between $10 million and $25 million. The initiative is crucial for maintaining infrastructure integrity and operational readiness while ensuring compliance with environmental safety standards. Interested contractors must submit their proposals by April 14, 2025, and can direct inquiries to Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    Multiple Repairs of Baldhill Dam - Valley City, ND
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for multiple repairs at Baldhill Dam located in Valley City, North Dakota. The project encompasses critical repairs including concrete reinforcement, Tainter gate fastener replacements, and grout injection for crack repairs, scheduled for execution during low water flow periods in late summer 2025. This initiative is vital for maintaining the structural integrity of the dam, ensuring effective flood control, and enhancing safety for surrounding communities. Interested small businesses must submit sealed proposals by March 11, 2025, with an estimated contract value between $1 million and $5 million; for further inquiries, contact John P. Riederer at John.P.Riederer@usace.army.mil or 651-290-5614.
    MOTSU 25-001 Berm Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU 25-001 Berm Repairs project at the Military Ocean Terminal Sunny Point in North Carolina. The primary objective of this project is to address deficiencies in earthen berms that serve as safety barriers for ammunition and explosive storage areas, which includes heavy tree clearing, erosion control, and significant earthwork to comply with explosive safety regulations. This project is critical for maintaining operational safety at MOTSU, with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and relevant information by December 20, 2024, to the designated Army Corps contracting officials, with all submissions being treated as government property.
    FY26 COASTAL STORM RISK MANAGEMENT CAROLINA BEACH & VICINITY, NEW HANOVER COUNTY, NORTH CAROLINA.
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the FY26 Coastal Storm Risk Management project in Carolina Beach and vicinity, New Hanover County, North Carolina. This presolicitation opportunity involves heavy and civil engineering construction, specifically focusing on the maintenance of dredging facilities to enhance coastal resilience against storm risks. The project is critical for safeguarding the local infrastructure and environment from potential storm damage, ensuring the safety and sustainability of the coastal community. Interested parties can reach out to primary contact Diana Curl at diana.d.curl@usace.army.mil or by phone at 910-251-4915, or secondary contact Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil or 910-251-4436 for further details.
    Repair Infiltration Problem In Lift Station, B3862
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the repair of an infiltration problem at Lift Station B3862 located at Marine Corps Air Station Cherry Point, North Carolina. The project aims to address a specific leak using hydrophobic polyurethane grout to seal a concrete joint, with an estimated cost range of $25,000 to $100,000 and a completion deadline of 90 days post-award. This initiative is crucial for maintaining the operational integrity of military infrastructure and ensuring compliance with federal wage determinations and safety regulations. Interested contractors must submit their proposals by March 5, 2025, and can contact Joanna Miller at joanna.d.miller2.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
    Cannelton Fixed Weir Repair
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the Cannelton Fixed Weir Repair project located at the Cannelton Locks & Dam in Indiana. The project aims to address critical repair needs of the fixed weir structure, including the demolition and replacement of concrete caps affected by delamination, while ensuring access to the hydroelectric power plant throughout the construction process. This initiative underscores the federal commitment to maintaining essential hydroelectric facilities and adhering to environmental and safety standards. Interested contractors must submit price proposals ranging from $250,000 to $500,000 by March 12, 2025, and are required to register in the SAM database. For further inquiries, contact Joel Huberman at joel.huberman@usace.army.mil or call 502-315-7409.
    Greenville Utilities Commission, Section 14 Streambank and Shoreline Erosion Protection Project
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking sources for the Greenville Utilities Commission's Section 14 Streambank and Shoreline Erosion Protection Project in Greenville, North Carolina. This project aims to address streambank and shoreline erosion, which is critical for maintaining the integrity of local water resources and infrastructure. The procurement falls under the NAICS code 237990, focusing on other heavy and civil engineering construction, and involves the repair or alteration of non-building facilities. Interested parties can reach out to Sonny Smith at sonny.z.smith@usace.army.mil or call 910-251-4493 for further details.
    Repair Stormwater Manhole Behind B1665
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of a stormwater manhole located behind Building B1665 at Marine Corps Air Station Cherry Point, North Carolina. The project involves the removal and replacement of a concrete slab, excavation of the existing manhole, and installation of necessary components, all in compliance with updated specifications and safety regulations. This repair is critical for maintaining the operational integrity of the military installation and ensuring effective stormwater management. Interested contractors must submit their proposals by March 6, 2025, and are required to acknowledge Amendment 0001, which clarifies project specifications and compliance standards. For further inquiries, potential bidders can contact Linda Clark at linda.b.clark14.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil.
    Atlantic Intracoastal Waterway (AIWW) Dredged Material Placement Facility (DMPF) Improvements
    Buyer not available
    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.