W912PM25Q0012 - Removal of Dudley Creek Piling Clusters
ID: W912PM25Q0012Type: Solicitation
Overview

Buyer

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

NAICS

Site Preparation Contractors (238910)

PSC

NATURAL RESOURCES/CONSERVATION- SITE PREPARATION (F021)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is soliciting quotes for the removal of Dudley Creek piling clusters in Swansboro, North Carolina. This project, set aside exclusively for small businesses, involves the removal of two existing mooring clusters at Dudley's Marina, with an estimated construction cost ranging from $100,000 to $250,000. The contractor will be responsible for all necessary materials and labor, ensuring compliance with safety regulations and best practices throughout the project duration. Quotes must be submitted electronically by March 17, 2025, and the contract will be awarded to the lowest priced, technically acceptable quote. For further inquiries, interested parties can contact Shaun McKenna at shaun.m.mckenna@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.

    Files
    Title
    Posted
    The solicitation W912PM25Q0012 is a Request for Quote (RFQ) for the removal of Dudley Creek piling clusters, issued by the U.S. Army Corps of Engineers, Wilmington District. The project's estimated construction cost ranges from $100,000 to $250,000 and is set aside exclusively for small businesses. Award will be granted to the lowest priced, technically acceptable quote. Quotes must be submitted electronically by March 17, 2025. The contractor is required to conduct the work following safety regulations and best practices, specifically adhering to the EM 385-1-1, US Army Corps of Engineers Safety and Health Requirements Manual. It mandates daily safety meetings, submission of an Accident Prevention Plan (APP), and coordination of work with government inspectors regarding compliance with safety standards. Performance is expected to commence within 10 calendar days post-award, with a mandatory completion period of 30 days. The work encompasses the removal of two existing mooring clusters at Dudley's Marina in Cedar Point, NC, with the contractor responsible for all necessary materials and labor. Additionally, the contractor must ensure the site is secure and clean throughout the project duration, abiding by federal, state, and local regulations regarding waste disposal and safety.
    Similar Opportunities
    Maintenance Dredging, Wilmington Harbor Inner Ocean Bar
    Buyer not available
    The U.S. Army Corps of Engineers, Wilmington District, is soliciting bids for the maintenance dredging of the Wilmington Harbor Inner Ocean Bar in Brunswick County, North Carolina. This project involves the removal and disposal of approximately 1,350,000 cubic yards of shoaled material to ensure safe navigation for commercial ship traffic to the Wilmington Port, with a dredging depth of 44 feet plus an additional 2 feet of allowable overdepth. The contract, valued between $10 million and $25 million, is set to be awarded under a firm fixed price arrangement, with bids due by April 1, 2025, and project completion expected by April 30, 2026. Interested contractors must register in the System for Award Management (SAM) and can direct inquiries to Diana Curl at diana.d.curl@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil.
    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.
    FY26 Maintenance Dredging Military Ocean Terminal, Sunny Point
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking contractors for maintenance dredging at the Military Ocean Terminal, Sunny Point (MOTSU) in Brunswick County, North Carolina. The project involves the removal and disposal of approximately 705,000 cubic yards of shoaled material from various channels and basins, with specific dredging depths and environmental windows for operations. This maintenance dredging is crucial for ensuring navigability and operational efficiency at the terminal, with a contract value estimated between $5 million and $10 million. Interested contractors must be registered in the System for Award Management (SAM) and can contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil for further details, with the solicitation expected to be issued electronically on or about April 18, 2025.
    Hatteras Ferry-Rollinson Channel and Big Foot Slough Channel-Silver Lake Harbor 2025 Subsurface Investigation and Geotechnical Laboratory Testing
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals from qualified small businesses for a subsurface investigation and geotechnical laboratory testing project at the Hatteras Ferry-Rollinson Channel and Big Foot Slough Channel in North Carolina. The contractor will be responsible for conducting 71 vibracore drillings, developing drilling logs, and performing laboratory testing of soils to support navigation channel enhancements, with a total project duration of 180 days post-award and a specific completion timeline of 60 days for the Hatteras Ferry work. This project is crucial for ensuring environmental compliance and effective dredged material disposal strategies, reflecting the government's commitment to infrastructure improvement and environmental safety. Interested parties must submit their price quotes and technical proposals electronically by March 26, 2025, at 3:00 P.M. Eastern Time, to Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil, with a total contract value estimated at $28.5 million.
    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.
    IR DEMO PROJECTS FY24 Marine Corps Base Camp Lejeune
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the demolition of fifty-three buildings at Marine Corps Base Camp Lejeune in North Carolina. This project, categorized as a Firm-Fixed Price (FFP) contract, is entirely set aside for small businesses and requires compliance with federal regulations regarding hazardous materials, including asbestos and lead-based paint, identified in prior surveys. The successful contractor will be responsible for all aspects of the demolition, including labor, supervision, and the safe disposal of hazardous materials, with a performance period of 365 days post-award. Interested parties must submit sealed bids by 10:00 AM local time on March 19, 2025, and can direct inquiries to Sharon Humphrey at sharon.e.humphrey.civ@us.navy.mil or Regenia D. Guest at regenia.d.guest.civ@us.navy.mil.
    Maintenance Dredging, WH AB MID-RIVER, North Carolina: W912PM25BA006
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for maintenance dredging at the WH AB MID-RIVER site in Wilmington, North Carolina. The procurement aims to ensure the operational efficiency and safety of dredging facilities, which are critical for maintaining navigable waterways and supporting maritime activities. This opportunity falls under the NAICS code 237990, focusing on Other Heavy and Civil Engineering Construction, and is categorized under the PSC code Z1KF for maintenance of dredging facilities. Interested parties can reach out to Diana Curl at diana.d.curl@usace.army.mil or call 910-251-4915, or contact Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil or 910-251-4436 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.
    Maintenance Dredging, Delaware River, Philadelphia to Sea and Wilmington Harbor
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Philadelphia District, is seeking information from qualified contractors for a maintenance dredging project along the Delaware River, extending from Philadelphia to the sea, as well as Wilmington Harbor. The project involves the dredging of approximately 3.2 million cubic yards of sediment from the main navigation channel and an additional 420,000 cubic yards from Wilmington Harbor, with the work to be performed using hydraulic dredging methods and the dredged material disposed of in designated areas. This maintenance dredging is crucial for ensuring navigational safety and efficiency in these waterways, with an estimated contract value between $25 million and $100 million and a performance period of 240 calendar days. Interested contractors are encouraged to respond to this Sources Sought notice by March 28, 2025, by emailing Eric Leach and Brandon Mormello, with specific information about their capabilities and past project experience.
    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.