Paving Repairs, Bourne Bridge, Bourne, MA
ID: W912WJ25BA020Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)

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 paving repairs at the Bourne Bridge in Bourne, Massachusetts. This project falls under the NAICS code 237310, focusing on highway, street, and bridge construction, and is set aside for small businesses in accordance with FAR 19.5. The work is critical for maintaining infrastructure integrity and ensuring public safety, with specific requirements for traffic control and operational hours outlined in the associated amendments. Interested contractors should contact Ann Adley at ann.m.adley@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further details, as the solicitation process is ongoing and subject to specific compliance and proposal requirements.

    Files
    Title
    Posted
    This government file, likely an RFP or grant application, details requirements for various services, focusing on financial aspects and compliance. It outlines specific budgetary allocations, payment schedules, and financial reporting obligations, with repeated emphasis on "Cost Proposal" and "Total Cost." The document includes sections for multiple deliverables or tasks, each with associated costs, and specifies different types of proposals. It also covers administrative and technical requirements, such as "Contractor" information and the need for adherence to "Government" standards. The file appears to be structured to receive comprehensive bids or applications, ensuring all financial and operational components are addressed by potential respondents.
    This government file details a contract modification or amendment, as indicated by the various references to "change order," "amendment," and "modification." The document outlines administrative changes, likely for an existing contract or order. It includes sections for identifying information such as contract/order numbers, dates, and names/titles of signatories for both the contractor/offeror and the contracting officer. The file also references specific instructions for proposals and responses, hinting at a request for proposal (RFP) context. Key elements include the description of the amendment, modification of contract/order numbers, and the authority under which these changes are made. It also touches upon accounting and appropriation data, further reinforcing its nature as a formal government contract adjustment. The file emphasizes that all other terms and conditions of the original contract remain unchanged.
    This government file details contract modifications, insurance requirements, and employment provisions for federal contracts. It outlines administrative changes, specifies minimum insurance liabilities for worker's compensation, general liability, and automobile liability, and emphasizes compliance with veteran employment mandates. The document also includes instructions for amendment and modification forms, detailing required contractor information and effective dates. The overall purpose is to ensure adherence to federal regulations, protect all parties through adequate insurance, and support veteran employment initiatives within government contracting. It provides a structured framework for managing and executing federal contracts.
    This government file details a contract modification for traffic control work, outlining specific requirements for work shifts, hours of operation, and holiday restrictions. The project mandates two 8-hour shifts per day, seven days a week, with no work allowed on specific federal and Massachusetts state holidays unless authorized. Traffic control setups must remain in place continuously throughout each phase of work, without requiring removal between shifts. The document lists several federal and state holidays where work is prohibited, including New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Patriots' Day, Memorial Day, Juneteenth, Independence Day, and Labor Day. The contract emphasizes adherence to the provided schedule and restrictions, clarifying that holiday work needs explicit approval from the Contracting Officer. This ensures public safety and efficient project management by clearly defining operational parameters.
    This document is an amendment to a contract or order, designated as Change Order A00001, issued pursuant to the authority of FAR 52.243-1. It modifies Contract/Order Number N00024-17-P-0118, with an effective date of 2017 September 29. The amendment specifies administrative changes to reflect modifications in Item 0001 in Section B of the contract. It also serves as a supplemental agreement entered into pursuant to the authority of FAR 43.103 and FAR 52.243-1, outlining a revised description of the modification. The document details the requirement for signers, including the name and title of both the contractor and the contracting officer. This solicitation, if canceled, will not result in an award being made as a result of the solicitation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Pavement Repair, Seal Coating, and Line Striping, Buffumville Lake, Charlton, MA and Hodges Village Dam, Oxford, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for pavement repair, seal coating, and line striping at Buffumville Lake in Charlton, MA, and Hodges Village Dam in Oxford, MA. The project entails providing all necessary labor, materials, equipment, and transportation to repair pavement cracks, seal coat, and line stripe designated parking lots and dam crest roads, with specific requirements for safety protocols and environmental compliance. This procurement is set aside for small businesses, with a contract value estimated between $100,000 and $250,000, and interested vendors must have an active registration in SAM.gov to be eligible. The deadline for submitting offers is December 10, 2025, at 5:00 PM Eastern, and inquiries can be directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Wareham Harbor Federal Navigation Project Dredging, Wareham, Massachusetts
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is preparing to issue an Invitation for Bids for the Wareham Harbor Federal Navigation Project Dredging in Wareham, Massachusetts. This procurement is a Total Small Business Set-Aside, requiring qualified contractors to perform mechanical dredging of approximately 52,000 cubic yards of shoaled material over a 10.2-acre area, with an estimated construction cost between $1,000,000 and $5,000,000. The project is critical for maintaining a 2.4-mile long, 9-foot deep navigation channel, ensuring safe passage for vessels, and is expected to commence on July 1, 2026, with all work to be completed by December 31, 2026. Interested bidders should note that the solicitation documents will be available online around mid-November 2025, and inquiries can be directed to Heather Skorik at heather.skorik@usace.army.mil or by phone at 978-318-8040.
    Small Business Construction MATOC
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    Sitework & Paving IDIQ_Solicitation
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting bids for a Sitework and Paving Indefinite Delivery/Indefinite Quantity (IDIQ) contract at Hanscom Air Force Base and associated locations. This 100% Small Business Set-Aside contract encompasses the repair and replacement of roadways, curbing, sidewalks, and related demolition and earthwork, with a total estimated ceiling of $35 million and individual task orders not exceeding $3 million. The contract will be awarded to the lowest-priced, responsible bidder based on sealed bidding procedures, with bids due by December 8, 2025, at 2:00 PM EST. Interested parties can direct inquiries to Contract Specialists Tacy Boje and Jared Gregory via email for further clarification.
    CONSTRUCT STREAM BRIDGE TO REPLACE NRP-03
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort McCoy, Wisconsin, is seeking contractors to construct a stream bridge to replace NRP-03 on the Fort McCoy installation. This project falls under the NAICS code 237310, which pertains to Highway, Street, and Bridge Construction, and is classified as a Total Small Business Set-Aside under FAR 19.5, emphasizing the importance of supporting small businesses in federal contracting. The successful contractor will play a crucial role in enhancing infrastructure and ensuring safe transportation routes within the military installation. Interested parties should reach out to Kristine Scholz at kristine.k.scholz.civ@army.mil for further details regarding the solicitation process.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Buyer not available
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Buyer not available
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project entails comprehensive maintenance and repair work, including the restoration of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This facility is crucial for the operational readiness of the Coast Guard, emphasizing the importance of maintaining safe and functional infrastructure. Interested small businesses must submit their bids by December 17, 2025, and direct any inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil, with the project budget estimated between $1 million and $5 million.
    Central City Bypass Channel North
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Central City Bypass Channel North project, currently under protest at the Court of Federal Claims. This opportunity involves construction services categorized under the NAICS code 237990, specifically focusing on the construction of canals as indicated by the PSC code Y1KB. The project is significant for enhancing local infrastructure and flood management capabilities. Interested contractors can access the solicitation and amendments via Projnet using the quick add key QY3BEZ-FFK9QQ, and should direct inquiries to Alexander Rust at alexander.g.rust@usace.army.mil for further information.
    Niagara Falls Storage Site (NFSS) Site Entrance Road and Utilities Upgrades
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W072 Endist Buffalo office, is seeking contractors for the Niagara Falls Storage Site (NFSS) Site Entrance Road and Utilities Upgrades project. This procurement aims to enhance the infrastructure by upgrading the entrance road and associated utilities, which is crucial for maintaining operational efficiency and safety at the site. The project falls under the NAICS code 237310, focusing on highway, street, and bridge construction, and is designated as a Total Small Business Set-Aside, encouraging participation from small businesses. Interested contractors can reach out to Tyrone Palaganas at tyrone.b.palaganas@usace.army.mil or call 716-879-4126 for further details. The presolicitation notice indicates that additional information will be provided in the attached notice.
    Repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair of the Squadron Operations Facility, Building 7087, at Westover Air Reserve Base in Massachusetts. This construction contract, identified as Solicitation No. W912QR26BA001, involves extensive renovations to a 37,000 square foot facility, including demolition, hazardous material handling, and various upgrades to architectural, mechanical, and electrical systems. The project is critical for maintaining operational capabilities at the base and ensuring compliance with safety and environmental standards. Interested contractors should note that the due date for bids has been extended to December 15, 2025, and must contact Charity Mansfield at charity.a.mansfield@usace.army.mil or 502-315-6925 for further details.