Bulkhead Replacement to Support the Raymark Superfund Site Remediation in Stratford, Connecticut
ID: W912WJ25BA013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

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

    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the bulkhead replacement project to support the remediation efforts at the Raymark Superfund Site in Stratford, Connecticut. This project involves the installation of steel sheet piling and requires compliance with specific environmental and safety regulations, including a "Buy American" clause and protocols for handling potentially contaminated materials. The estimated project cost is approximately $2.77 million, with bids received ranging from $1.21 million to $3.92 million, emphasizing the competitive nature of this procurement. Interested contractors must submit their offers by the extended deadline of May 29, 2025, and can direct inquiries to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL.

    Files
    Title
    Posted
    This document serves as an amendment to a solicitation related to a federal contract, extending the deadline for offer submissions and detailing the procedures for acknowledging receipt of the amendment. Contractors must acknowledge the amendment by completing specific items on the provided form or through separate communication, and failure to do so may result in the rejection of their offer. The document includes a section regarding modifications to existing contracts, emphasizing that all terms and conditions remain unchanged except for the indicated modifications. A summary of changes highlights adjustments made to the general requirements, specifically regarding construction conditions that could be influenced by environmental concerns related to contamination. Additionally, a procedure for addressing potential obstructions during piling installation is referenced, indicating the need to consult the site decontamination section for further guidance. Overall, the document coordinates contractor compliance and addresses queries made about the solicitation, ensuring all parties are informed of any changes.
    This document serves as an amendment to a solicitation, specifically extending the due date for offers in response to solicitation W912WJ25BA013. Originally due on May 15, 2025, the new deadline is now set for May 22, 2025. The amendment outlines the required procedures for acknowledging receipt, either through various specified methods or by submitting changes to existing offers prior to the new deadline. Other terms and conditions of the original solicitation remain effective and unchanged. The document reinforces the importance of meeting the new deadline for submission and clarifies the process for contractors to respond. The issuing office is the U.S. Army Corps of Engineers, New England District, with contact details provided for further inquiries. Overall, this amendment facilitates contractors in the bidding process by giving them additional time while maintaining regulatory compliance.
    The document outlines an amendment to a solicitation issued by the U.S. Army Corps of Engineers, specifically addressing various inquiries regarding a construction project. Key elements include the acknowledgment procedures for amendments, details on contamination assumptions regarding excavated materials, and specifications for site decontamination. The government confirms that the project includes a “Buy American” clause and clarifies tax exemption responsibility is on the contractor. Significant responses provided suggest that excavated materials are presumed clean unless specific depth limits are breached. The amendment also addresses site safety protocols, such as the necessity for temporary fencing and the decontamination of delivery trucks. Moreover, it delineates contractor responsibilities concerning site conditions and wall stability, and specifies that no changes will be made to required materials unless explicitly stated. This amendment reinforces contract terms and clarifies the basis of contractor bids while ensuring compliance with safety and environmental regulations in project execution.
    This document serves as an amendment to a solicitation related to a federal contract, specifically extending the bid submission deadline from May 22, 2025, to May 29, 2025. It outlines the procedures for contractors to acknowledge receipt of this amendment, either by completing specific sections, incorporating it into their offers, or through separate communication referencing the amendment. Additionally, it clarifies that any changes to previously submitted offers must be made prior to the specified deadline. The amendment does not alter any terms or conditions other than the due date. The amendment also provides administrative details, including contact information for the contracting officer and the modification referenced. This document reflects standard practices in government RFPs to ensure fair and transparent procurement processes.
    The RAYMARK Lockwood OU6 project focuses on the installation and testing of steel sheet piling as part of a bulkhead construction initiative. The document outlines comprehensive specifications for the design, materials, submittals, installation procedures, and post-installation responsibilities. Key points include detailed requirements for metal sheet piling, including compliance with ASTM standards, handling procedures, and inspection protocols to ensure structural integrity during installation. It mandates the use of a qualified geotechnical consultant, detailed testing and certification for materials, and maintenance of records for pile driving activities. The project emphasizes environmental considerations, including vibration and noise control during operations, with protocols for monitoring and remediation in case of excess disturbances. It delineates responsibilities for preconstruction condition surveys to document existing structures nearby and potential impacts, ensuring accountability for any damages incurred. Overall, the document serves as a critical reference for contractors to ensure compliance with federal and local regulations while executing the bulkhead installation effectively and responsibly.
    This document serves as an amendment to a solicitation, extending the deadline for receipt of offers and detailing the procedures for acknowledging the amendment. Contractors must confirm receipt of the amendment using specified methods before the deadline to avoid rejection of their offers. The document also provides information about contract modifications, with instructions for contractors on making changes to offers. Notably, it includes responses to Requests for Information (RFIs), allowing contractors to use alternative sheet piling materials if they meet defined specifications. The amendment outlines that all other terms and conditions remain unchanged. The agency involved is the U.S. Army Corps of Engineers, and this amendment is critical for clarifying requirements and ensuring compliance with procurement processes related to federal projects. Overall, it underscores the government's commitment to transparency and adaptability in the contracting process.
    The document is an abstract of offers related to a construction project identified by solicitation number W912WJ25BA013 for the bulkhead replacement at the Raymark Superfund Site in Stratford, Connecticut. Issued by the U.S. Army Engineer District, New England, this procurement process received several bids from different contractors. The offers include three main bidders: Terry Contracting & Materials Inc., Pontiac Drywall Systems Inc. (dba PDSI Contractors), and others like Lucianos Excavation and Kovilic Construction. Each bid includes various pricing structures, with bid securities confirmed as 20% of the proposed contract amounts. The government estimate for the project totals $2,774,927.00, while the bids received range from $1,212,000.00 to $3,919,000.00, indicating competitive pricing among contractors. The abstract emphasizes the project’s nature as a small business set-aside, indicating a preference for bids from small businesses to support economic growth. This document is essential within the context of government RFPs, as it organizes and summarizes responses to the solicitation, ensuring transparency and due diligence in the contracting process while selecting the most suitable contractor for the project.
    The document outlines specifications for the design, installation, and testing of steel sheet piling as part of the Lockwood OU6 Bulkhead Installation project. It emphasizes proper handling of materials, which must be new, undamaged, and stored to prevent deterioration. Key submittals include installation procedures, geotechnical documentation, and material test reports, all requiring government approval. The installation process includes precise placement and driving of piles to ensure alignment and structural integrity, with stringent controls on noise and vibration impact during operations. It mandates a preconstruction survey of nearby structures to document existing conditions and prevent damage. The use of qualified geotechnical consultants for wave equation analysis and adherence to various ASTM standards is required. Overall, the document illustrates the government's commitment to high standards of quality, safety, and regulatory compliance in environmental infrastructure projects.
    Similar Opportunities
    Construct Repository Cover to Support the Callahan Mine Superfund Site in Brooksville, Maine.
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is preparing to solicit bids for the construction of a repository cover to support the Callahan Mine Superfund Site in Brooksville, Maine. This project involves the installation of a composite cap over approximately 13 acres to limit infiltration through mine waste from historical copper mining operations, with components including crushed stone, a drainage layer, a geomembrane, and geofabric. The contract is a 100% Small Business Set-Aside with an estimated value between $5 million and $10 million, and work is expected to take place during the peak months from Spring through Fall. Interested parties should note that the solicitation will be available online around mid-January 2026, and inquiries can be directed to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    Construction Services for Maintenance Dredging of the New Haven Harbor Federal Navigation Project, New Haven, CT.
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking contractors for maintenance dredging services at the New Haven Harbor Federal Navigation Project in New Haven, CT. The project aims to deepen and widen the navigation channel and turning basin, requiring the removal of approximately 4,500,000 cubic yards of silt and fine sand, along with 61,000 cubic yards of rock, which will necessitate blasting. This contract is significant for maintaining navigational safety and efficiency in the harbor, with an estimated construction cost between $25 million and $100 million, and operations scheduled to occur over two dredge seasons from October 2026 to May 2028. Interested firms must submit a capabilities package demonstrating relevant experience and equipment by contacting Kyle Hall at kyle.k.hall@usace.army.mil, with the project solicitation expected to be issued around May 15, 2026.
    Franklin Slag Pile Superfund Remediation Project
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting proposals for the Franklin Slag Pile Superfund Remediation Project located in Philadelphia, PA. This procurement involves a firm fixed-price construction contract aimed at remediating the Franklin Slag site, which has been impacted by historical smelting operations, necessitating environmental restoration to mitigate potential community health risks and facilitate future redevelopment. The project is critical for addressing environmental concerns and improving local economic conditions, with a total small business set-aside designation to encourage participation from small businesses. Interested contractors should note that the bid opening has been rescheduled to January 15, 2026, at 1:00 PM (EST), and can direct inquiries to Eric Leach or Brandon Mormello via their respective email addresses.
    Remedial Action at Roebling Steel Superfund Site
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for remedial action at the Roebling Steel Superfund Site, focusing on Operable Units 4 and 5. The objective of this procurement is to engage qualified contractors to perform environmental remediation services, which are critical for addressing contamination and restoring the site to a safe condition. This opportunity is set aside for small businesses under the SBA guidelines, emphasizing the importance of involving smaller firms in federal contracting. Interested parties should contact Heather Scott at heather.a.scott@usace.army.mil for further details, as the solicitation process is currently open.
    Stringout Construction (Rehabilitation) at Ensley Engineer Yard (EEY).
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the Stringout Construction (Rehabilitation) project at the Ensley Engineer Yard (EEY) in Memphis, Tennessee. The project entails comprehensive construction work, including the removal of existing structures, installation of new steel floats and utilities, and the construction of a new connector bridge and electrical substation, divided into a base project and six options. This procurement is significant for maintaining operational capabilities at the EEY and will be conducted as an unrestricted procurement with a HUBZone Price Evaluation Preference, with a contract value estimated between $25,000,000 and $100,000,000. Interested parties can contact Jessica Lurry at Jessica.M.Lurry@usace.army.mil or Monica Pitchford at Monica.A.Pitchford@usace.army.mil for further details.
    Mid-plume groundwater remediation at the Walton and Lonsbury Superfund Site, Attleboro, Massachusetts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) New England District, is soliciting proposals for a Firm-Fixed Price service contract focused on mid-plume groundwater remediation at the Walton and Lonsbury Superfund Site in Attleboro, Massachusetts. The project aims to address contamination issues stemming from a former electroplating facility, which operated from 1940 to 2007, by implementing remediation strategies including the use of zero-valent iron to reduce hexavalent chromium in groundwater before it discharges into nearby Bliss Brook. This procurement is set aside for small businesses under the NAICS Code 562910, and interested parties should contact Kyle Hall at kyle.k.hall@usace.army.mil or call 978-318-8479 for further details. The contract is expected to be awarded following a thorough evaluation process, with specific deadlines to be communicated in the solicitation documents.
    Sam Rayburn Switchyard
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – Tulsa, is seeking qualified contractors for the Sam Rayburn Switchyard project located in Sam Rayburn, Texas. This opportunity involves a total turn-key contract focused on repairing and replacing structurally compromised transmission tower foundations, which includes the installation of an integral shoring system, concrete removal and replacement, pressure washing, sealing, and the replacement of bus support poles. The project is critical for maintaining the structural integrity of the switchyard, which plays a vital role in flood control and water supply in Southeast Texas. Interested firms, particularly small businesses, must submit their responses detailing their capabilities, business size, and bonding capacity by 2:00 PM CST on January 9, 2026, with an estimated construction budget of less than $1,000,000 and a projected duration of 365 days. For further inquiries, contact Tyler Godwin at tyler.l.godwin@usace.army.mil or Dario Rissone at dario.m.rissone@usace.army.mil.
    REPAVE CGA, PSN 30134884
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to replace approximately 22 Federal Pacific electric panels at Smith Hall, U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while maintaining power to the facility, with a completion deadline set for December 31, 2026. This procurement is a Total Small Business Set-Aside, with an estimated value between $1,000,000 and $5,000,000, and includes requirements for performance and payment bonds. Interested parties must submit bids by January 6, 2026, and can contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    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.