Topsail Pier Removal
ID: W912M25QA006Type: Solicitation
Overview

Buyer

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

NAICS

Other Waste Collection (562119)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers' Wilmington District, is soliciting proposals for the removal and disposal of the USACE Pier and associated debris at Topsail Beach, North Carolina. The contractor will be responsible for providing all necessary labor, equipment, materials, and services to complete the project within 45 days of award, adhering to safety regulations and environmental standards. This contract, valued at $47 million, is set aside for small businesses, particularly Women-Owned Small Businesses, and requires bidders to demonstrate relevant experience through at least two completed contracts in the past seven years. Interested contractors must submit their quotes electronically by April 25, 2025, and can direct inquiries to Sonny Smith at sonny.z.smith@usace.army.mil or Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil.

    Files
    Title
    Posted
    The document is a Wage Determination under the Service Contract Act (SCA), issued by the U.S. Department of Labor. It mandates minimum wage rates and fringe benefits for various occupations in North Carolina, specifically in New Hanover and Pender counties. Specifically, contracts entered on or after January 30, 2022, require a minimum wage of $17.75 per hour, while contracts awarded between January 1, 2015, and January 29, 2022, have a minimum of $13.30 per hour, unless higher rates are specified. The determination provides detailed wage rates for numerous occupational titles, ranging from administrative support to skilled trades. Each classification specifies rates and fringe benefits, such as health and welfare contributions, vacation, and paid holidays, with additional stipulations regarding paid sick leave under Executive Order 13706. The document serves to ensure compliance with federal wage laws for contractors involved in service contracts, emphasizing worker protections and benefits. A conformance process is outlined for unlisted occupations, which encourages fair wage practices and adherence to regulatory standards. This wage determination is vital for federal RFPs and contracts, promoting fair compensation in government-funded projects.
    The U.S. Army Corps of Engineers' Wilmington District has issued a request for proposal (RFP) aimed at the removal and disposal of the USACE Pier and associated debris at Topsail Beach, NC, with a project completion deadline of 45 days post-award. The contractor will be responsible for all labor, equipment, materials, and adherence to safety regulations as outlined in the EM 385-1-1 manual. The work location is specified as 1 Shore Line Dr, and operations should avoid federal holidays. The contractor must maintain site security, ensure compliance with safety protocols through daily safety meetings and prepare accident prevention plans, including submitting detailed reports for any incidents. Invoicing must follow precise guidelines to ensure timely processing. Additionally, the document mandates compliance with federal and state regulations regarding environmental safety and labor eligibility through the E-Verify program. This RFP demonstrates the government's commitment to environmental stewardship and safety in public works projects.
    The document outlines the solicitation for a contract designated for a Women-Owned Small Business (WOSB) regarding the removal and disposal of the USACE existing pier and related debris at Topsail Beach, NC. The contract, identified as W912PM25QA006, involves a firm fixed price arrangement, with a total award amount of $47 million. Contractors are required to submit offers that demonstrate previous relevant experience, including at least two contracts or projects performed within the last seven years. The document specifies that the offeror must adhere to various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, stipulating compliance with contractor qualifications, labor standards, and payment processes. The solicitation also encourages prioritization of small business participation while detailing the evaluation criteria for offers. Key provisions include the necessity for contractors to certify compliance with specific regulations, ensuring the ethical and lawful execution of the contract. This solicitation exemplifies the government's commitment to promoting economic participation among women-owned enterprises, enhancing diversity in federal contracting opportunities.
    The document announces a Request for Quotes (RFQ) for contract W912PM25QA006, aimed at contracting small businesses for the removal and disposal of existing pier and piling debris at Topsail Beach, NC. According to Federal Acquisition Regulation (FAR) guidelines, no pre-solicitation notice will be issued, and this RFQ will serve as the sole solicitation. Interested contractors must comply with technical criteria that include demonstrating recent and relevant experience through a minimum of two contracts/projects completed within the last seven years. Registration and active status in the System for Award Management (SAM) is mandatory for prospective awardees. The due dates for questions and quotes are April 18 and April 25, 2025, respectively. The document stresses that quotes should be submitted electronically to specified contacts, and the government retains the right to cancel the solicitation. This initiative underscores the government's commitment to engaging small businesses while ensuring compliance with federal procurement procedures.
    Lifecycle
    Title
    Type
    Topsail Pier Removal
    Currently viewing
    Solicitation
    Similar Opportunities
    N442487477134 P990 Abandoned Piping Demo
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the P990 Abandoned Piping Demo project at Marine Corps Air Station (MCAS) Cherry Point, North Carolina. This project involves the removal of abandoned utility pipes within a Duke Energy Corporation right-of-way, with an estimated cost between $250,000 and $500,000, and requires completion within 45 days. The work is critical for maintaining safety and compliance with federal regulations, and only specific contractors listed in the solicitation may submit proposals. Interested parties must submit their proposals by January 7, 2026, at 2:00 PM EST, and can contact Sarah Maready at sarah.a.shugart.civ@us.navy.mil or 910-478-6776 for further information.
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    North Jetty Repairs, Indian River Inlet
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Philadelphia District, is soliciting proposals for a Firm Fixed-Price construction contract focused on the North Jetty Repairs Project at Indian River Inlet in Sussex County, Delaware. The project entails the repair of a degraded rubblemound jetty, including both subaerial and submerged sections, and the construction of a new seaward terminus, utilizing large rock and marine mattresses in a challenging inlet environment. The estimated construction cost ranges between $25 million and $100 million, with a performance period of 730 calendar days from the Notice to Proceed. Interested contractors must register for a pre-proposal site visit scheduled for November 12, 2025, and submit proposals via the System for Award Management (SAM) and PIEE Solicitation Module by the extended deadline of December 18, 2025. For further inquiries, contact Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil or Brandon Mormello at Brandon.R.Mormello@usace.army.mil.
    Atlantic Intracoastal Waterway (AIWW) Dredged Material Placement Facility (DMPF) Improvements
    Dept Of Defense
    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.
    Corps Island Unloading
    Dept Of Defense
    The U.S. Army Corps of Engineers (USACE), St. Paul District, is preparing to solicit bids for the Corps Island Unloading project, which involves the removal of approximately 450,000 cubic yards of stockpiled dredge material from Corps Island, located near Diamond Bluff, WI. The project aims to utilize hydraulic and/or mechanical methods for the placement of dredged materials, which have historically been deposited in this area due to its lack of road access. The anticipated contract value ranges from $5 million to $10 million, and it will be awarded as a Firm, Fixed-Price contract under a Total Small Business set-aside. Interested contractors should note that the solicitation will be issued via SAM.gov, and they must be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Theodore Hecht at the email address theodore.r.hecht@usace.army.mil or by phone at 651-290-5415.
    FY26 - NORTH MYRTLE BEACH OCEAN OUTFALL (17 AVE S)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the FY26 North Myrtle Beach Ocean Outfall project located in North Myrtle Beach, South Carolina. This project involves the design and construction of a deepwater ocean outfall to upgrade the stormwater collection and conveyance system in a coastal urban area, which will be executed under a single design-build contract. The initiative is critical for improving stormwater management and will be coordinated with a separate project aimed at upgrading the landward portion of the stormwater system. Interested contractors can reach out to Evelyn Halliburton at EVELYN.I.HALLIBURTON@USACE.ARMY.MIL or by phone at 843-329-8208 for further details, with the solicitation officially posted as of November 18, 2025.
    FY26 Willapa Bay Maintenance Dredging Bid Opening Details
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is soliciting bids for the maintenance dredging of the Willapa Harbor in Washington. The project involves dredging the Bay Center, Nahcotta, and Tokeland Federal Navigation Channels to their authorized depths, with an estimated total of up to 180,000 cubic yards to be dredged using mechanical clamshell methods. This maintenance is crucial for ensuring safe navigation in an area known for its significant hazards, including shifting shoals and unpredictable weather conditions. Interested contractors should note that the estimated construction price range is between $5 million and $10 million, with work anticipated to begin in summer 2026. For further details, including submission instructions, bidders can contact Geraldine Kemp at geraldine.l.kemp@usace.army.mil or Kimberly M. Robinson at Kimberly.M.Robinson@usace.army.mil.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for snow removal and sanding services at Tully Lake and Birch Hill Dam in Royalston, MA. The contract, valued at up to $9.5 million, requires vendors to provide all necessary equipment, materials, labor, and transportation for effective snow management, including plowing, shoveling, and sanding, with the possibility of an optional additional year. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB) under the NAICS code 561730, emphasizing the importance of safety regulations and the submission of an Accident Prevention Plan. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Jennifer M. Samela by December 23, 2025, to be considered for this opportunity.
    Coastwide Beach and Dune Ecosystem Restoration, Hancock County, MS
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the Coastwide Beach and Dune Ecosystem Restoration project in Hancock County, Mississippi. This project involves the construction of a 150-foot-wide beach berm along approximately 5 miles of the mainland coast, aimed at enhancing coastal resilience and mitigating storm-related impacts. The work will require sourcing and transporting an estimated 300,000 cubic yards of sand to complete the berm construction, which will extend seaward from the existing seawall. Interested small businesses should contact Terri Adams at terri.m.adams@usace.army.mil or 251-441-6500, or Elizabeth Trimble at elizabeth.m.trimble@usace.army.mil or 251-690-3329 for further details.
    FY25 Atlantic Intracoastal Waterway Maintenance Dredging - Select Sites
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for the FY25 Atlantic Intracoastal Waterway Maintenance Dredging at select sites. This procurement aims to maintain and enhance the navigability of the Atlantic Intracoastal Waterway, which is crucial for commercial and recreational maritime activities. The contract is set aside for small businesses, in accordance with FAR 19.5, and the bids are due by 12:00 PM on January 14, 2026, following an amendment that changed the original deadline. Interested parties can reach out to Amy Collins at amy.l.collins@usace.army.mil or Glenda Canty at Glenda.a.canty@usace.army.mil for further information.