Construct Sunset Liberty March pathway
ID: W912HN25BA024Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW074 ENDIST SAVANNAHSAVANNAH, GA, 31401-3604, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF RECREATION FACILITIES (NON-BUILDING) (Y1PA)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting bids for the construction of the Sunset Liberty March pathway at Fort Bragg, North Carolina, under Solicitation No. W912HN-25-B-A023. This project involves the construction of a recreational pathway, which includes options for retaining walls, landscaping, and decorative panels, aimed at enhancing the facility's outdoor environment. The total bids for the project range from approximately $6.95 million to $11.14 million, with a base bid of around $9.51 million, and the bid opening is scheduled for November 13, 2025. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses, should direct inquiries to Tatjana Fisher at tatjana.m.fisher@usace.army.mil or call 912-652-5161 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details a bid schedule for Solicitation No. W912HN-25-B-A023, Project No: 103972, for the "Construct Pathway Sunset Liberty March, Fort Bragg, NC." The bid date was November 13, 2025. It includes pricing from multiple bidders (Bidder/Offeror #1-7) for four CLINs: 0001 - Sunset Liberty March Trail (Base), 0002 - Optional Retaining Walls, 0003 - Optional Landscaping, and 0004 - Optional Panels. Each CLIN lists quantity, unit of issue, unit price, and grand totals for each bidder. The document also includes an Independent Government Estimate (IGE) for each CLIN. The total bids (Base + Options) range from $6,955,489.00 to $11,142,666.00, with a Total (Base) of $9,505,708.00. The abstract was opened, read, and recorded by Jeremiah J. Scheil, the Bid Opening Official.
    This government file addresses several inquiries related to a solicitation. Key points include clarification on the required "Tier" rating for handheld covers, specifying a minimum of TIER G. It also clarifies that Davis-Bacon Wages were not included in the solicitation documents, directing to Section JJ, JC, CG - List of Drawing Sheets for this information. Another inquiry concerns laser-cut lettering on monuments, confirming that each monument will have laser-cut lettering on at least one face, with 40 total monuments. Of these, 12 will have two sides with laser-cut faces and 28 will have one laser-cut face and one blank panel. The file also addresses questions regarding the scope of work for two monuments, confirming they require two laser-cut panels each. Finally, it notes that information on "As-Built" drawings and the "Point of Contact" will be addressed via an amendment to the solicitation.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Y1KA--Fort Logan National Cemetery Phase 1B Dam Spillway
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the Fort Logan National Cemetery Phase 1B Dams/Spillways project, which involves significant infrastructure improvements including dam spillway modifications and drainage enhancements. This project, estimated to cost between $10 million and $20 million, is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to modernize critical safety elements related to waterways at the cemetery. Interested contractors must submit their proposals electronically by October 15, 2025, at 2:00 PM EDT, and are required to attend a mandatory pre-bid site visit on September 16, 2025. For further inquiries, potential bidders can contact Contracting Officer Rachel Beason at rachel.beason@va.gov.
    Blue Ridge Parkway
    Buyer not available
    The Department of Transportation, specifically the Federal Highway Administration, is seeking sealed bids from certified Small Business Concerns for the rehabilitation of the U.S. 421 Bridge at Deep Gap in Watauga County, North Carolina, under the Blue Ridge Parkway Project NC NP BLRI 5140-091P. The project entails various construction tasks, including concrete repair, joint resealing, stone masonry repointing, pavement removal, asphalt work, and waterproofing, with an estimated cost ranging from $2,000,000 to $5,000,000. This opportunity is significant for enhancing infrastructure and ensuring the safety and longevity of transportation routes in the region. Bid documents are expected to be available around December 18, 2025, and interested vendors must register on sam.gov to access these documents and receive notifications. For inquiries, contact Monique Lynch or Emily McCleary at eflhd.contracts@dot.gov.
    Z--FODO 253278 - Fort Donelson VC Rehabilitation
    Buyer not available
    The Department of the Interior, through the National Park Service, is soliciting proposals for the rehabilitation of the Visitor Center at Fort Donelson National Battlefield in Dover, Tennessee. The project encompasses a comprehensive renovation, including the addition of a three-story glass and steel structure with an elevator, restoration of historical details, and upgrades to infrastructure systems, all while ensuring compliance with various safety and accessibility standards. This significant undertaking, with an estimated construction value between $1,000,000 and $5,000,000, is crucial for enhancing visitor facilities and preserving the site's historical integrity. Interested contractors must submit their proposals by December 17, 2025, and can direct inquiries to John Babcock at johnbabcock@nps.gov or by phone at 303-969-2626.
    Fort Leonard Wood Roofing IDIQ
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting bids for a Roofing Indefinite Delivery Indefinite Quantity (IDIQ) contract at Fort Leonard Wood, Missouri, and the Lake of the Ozarks area. This contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), encompasses a range of roofing services including the removal, repair, and installation of various roofing systems, with an estimated contract value between $10 million and $25 million over a five-year period. The procurement is critical for maintaining the integrity and safety of government facilities, ensuring compliance with stringent safety and quality standards. Interested contractors must submit their bids by December 17, 2025, and can direct inquiries to Manson Fowler at manson.l.fowler.civ@army.mil or Blia Vue at blia.vue.civ@army.mil.
    W912HN26RA005 - 100% Total Small Business $400M Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is seeking qualified small businesses for a Two-Phase Design-Build General Construction Multiple Award Task Order Contract (MATOC) valued at $400 million. This procurement aims to establish a contract for general construction projects primarily in Georgia and North Carolina, encompassing new construction, renovation, maintenance, and repair work, with task orders ranging from $7 million to $30 million. The awarded contracts will have a base period of five years, and the selection process will utilize a Best Value Decision based on past performance, design experience, and technical capability. Interested parties must submit proposals by December 18, 2025, at 11:00 AM EST via the PIEE Solicitation Module, and can contact Gregory Graham at gregory.m.graham@usace.army.mil for further information.
    Construction of Wheeler Sack Army Airfield (WSAAF) Lighting Upgrade Fort Drum, NY
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a lighting upgrade at Wheeler Sack Army Airfield (WSAAF) in Fort Drum, New York. This project involves a comprehensive upgrade of the airfield's lighting infrastructure, including the installation of a new airfield lighting vault, runway lighting fixtures, and repaving of a section of the main runway, all while maintaining operational capabilities throughout the construction period. The estimated contract value ranges between $25 million and $100 million, with a total duration of 852 calendar days for completion. Proposals are due by December 10, 2025, and must be submitted electronically to the designated contacts, Jordan Moran and Nicholas P. Emanuel, who can be reached via email for further inquiries.
    FY23-28 General Construction Services BPA - W911S223S8000
    Buyer not available
    The Department of Defense, through the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple HUBZone small businesses to establish a Blanket Purchase Agreement (BPA) for General Construction Services from fiscal years 2023 to 2028. The BPA aims to facilitate various construction projects, including new work, additions, alterations, and maintenance of real property facilities, with an estimated total value of $15 million across approximately 35 projects annually, each averaging around $75,000. Interested contractors must comply with specific requirements, including obtaining payment bonds for projects exceeding $35,000, adhering to Davis-Bacon wage rates, and registering in the System for Award Management (SAM) and Wide Area Workflow (WAWF). Responses from interested parties must be submitted electronically by August 28, 2023, to the primary contact, Lyndsie Hall, at lyndsie.j.hall.civ@army.mil, including necessary documentation such as UEI, CAGE, Tax ID, and a capability statement.
    Big Bend Lower Brule North Ecosystem Restoration, Element 1 Phase 2, Lower Brule, SD
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, Omaha District, is soliciting bids for the Lower Brule North Ecosystem Restoration Project, Element 1 Phase 2, located in Lower Brule, South Dakota. This project, which is a total small business set-aside, aims to restore the ecosystem along the Missouri River through various construction activities, including riparian planting, gravel path construction, and the installation of L-head dikes and breakwater structures. The estimated contract value ranges from $10 million to $25 million, with bids due by December 17, 2025, at 2:00 PM local time, and a mandatory site visit scheduled for November 24, 2025. Interested contractors should submit their bids electronically to the primary contacts, Clinton Russell and Nadine Catania, and adhere to the specified requirements, including a bid guarantee and compliance with the Buy American Statute.
    Construction of a Vehicle Recovery Range at Fort Lee in Prince George County, VA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Norfolk District, is preparing to issue a presolicitation notice for the construction of a Vehicle Recovery Range at Fort Lee in Prince George County, Virginia. This project involves the construction of 24 concrete turning pads, site drainage, and road alignment, executed in three phases, with the contractor required to complete one phase before moving to the next. The contract will be a firm-fixed-price award, set aside for 8(a) Small Businesses, with an estimated value between $5 million and $10 million, and the Invitation for Bid (IFB) is expected to be released electronically around mid-December 2025. Interested bidders should monitor SAM.gov for updates and ensure they are registered in SAM for the submission of offers; for inquiries, they may contact Caleb Bookout at brian.c.bookout@usace.army.mil or Nicholas Lizotte at nicholas.lizotte@usace.army.mil.
    CFLD Security Fence
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking a contractor for the removal and replacement of a security fence at the Cape Fear Lock and Dam 2 in Elizabethtown, North Carolina. The project involves installing an 8-foot commercial-grade galvanized chain link security fence with 3-strand barb wire, along with 6-foot removable chain link security fence panels, and requires adherence to strict specifications regarding materials and installation methods. This opportunity is a total small business set-aside, with an estimated construction magnitude between $25,000 and $100,000, and requires contractors to have a Level 1 Cybersecurity Maturity Model Certification, a North Carolina General Contractors License, and to submit both a Price Quote and Technical Proposal electronically by January 7, 2026. Interested parties should direct inquiries to Benjamin Rickman or Jenifer Garland via email, with questions due by December 29, 2025.