CFLD Security Fence
ID: W912PM25QA006Type: Solicitation
Overview

Buyer

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

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES (Z2PZ)

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 seeking a contractor to remove and replace the chain link security fence at Cape Fear Lock and Dam 2 in Elizabethtown, North Carolina. The project, which is a total small business set-aside, involves installing an 8-foot commercial-grade galvanized chain link fence with 3-strand barb wire and 6-foot removable panels, adhering to strict specifications and safety protocols. This procurement is critical for enhancing security at the facility, with an estimated construction magnitude between $25,000 and $100,000. Interested contractors must submit both a Price Quote and Technical Proposal electronically by January 7, 2026, and are required to have a Level 1 Cybersecurity Maturity Model Certification, along with compliance with local and federal regulations. For further inquiries, contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Jenifer Garland at jenifer.m.garland@usace.army.mil.

    Files
    Title
    Posted
    General Decision Number NC20250070, effective January 3, 2025, outlines heavy construction prevailing wage rates for 20 North Carolina counties. It specifies minimum wages for contracts subject to the Davis-Bacon Act, differentiating between those entered into before and after January 30, 2022, based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour). The document lists specific craft wage rates, such as $15.47 for Carpenters (Form Work Only) and $9.52 for Common Laborers, noting that Executive Order rates may supersede these. It also addresses Executive Order 13706, mandating paid sick leave for federal contractors. The file details procedures for unlisted classifications and provides a comprehensive appeals process for wage determinations, ensuring compliance and fair labor practices for federal construction projects in the specified region.
    The USACE Wilmington District is seeking a contractor to replace the security fence at Cape Fear Lock and Dam 2 in Bladen County, NC. The project involves removing the existing fence and installing new 8’ commercial-grade galvanized chain link security fence with 3-strand barb wire, as well as 6’x10’ removable chain link security fence panels and posts. The contractor must provide all labor, equipment, materials, and hardware, and adhere to strict specifications regarding fence dimensions, materials, and installation methods, ensuring no gaps greater than 2 inches. Key requirements include salvaging and recycling old materials, restoring disturbed areas, and complying with all local, state, and national codes, including the Americans with Disabilities Act. The contractor is responsible for site inspection, obtaining permits, and attending a mandatory pre-work conference. The period of performance is 60 days after the Notice To Proceed, with work hours Monday through Thursday, 6:00 am to 3:00 pm. Strict quality control, safety protocols (including an Accident Prevention Plan, Activity Hazard Analysis, and a Site Safety and Health Officer), and security measures (including Antiterrorism Level I training and physical access control) are mandatory. Payment is contingent upon satisfactory completion and adherence to all contract specifications.
    The solicitation W912PM26QA006 is a Request for Proposal (RFP) for the construction of a security fence at the Cape Fear Lock and Dam #2 in Elizabethtown, NC. This 100% small business set-aside project has an estimated construction magnitude between $25,000 and $100,000. Award will be made to the lowest-priced, technically acceptable offer. Key requirements for contractors include a Level 1 (Self) Cybersecurity Maturity Model Certification (CMMC), registration in SAM with no active exclusions, a North Carolina General Contractors License (or equivalent), and a technical proposal demonstrating the ability to meet Statement of Work (SOW) requirements. An organized site visit is scheduled for December 17, 2025, at 11:00 AM ET, with RSVPs due by December 15, 2025. All questions must be submitted by email by December 29, 2025, at 2:00 PM ET. Quotes, including both a Price Quote and a Technical Proposal in Adobe PDF format, are due by January 7, 2026, at 4:00 PM ET and must be submitted electronically to the specified email addresses.
    The document is an amendment to solicitation number W912PM26QA006, extending the response due date from January 2, 2026, to January 7, 2026. This modification, effective December 22, 2025, is issued by W074 ENDIST WILMINGTON, KO CONTRACTING DIVISION. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or by separate letter or electronic communication, referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified date may lead to rejection of the offer. Changes to already submitted offers can be made via letter or electronic communication, provided they reference the solicitation and amendment and are received before the opening hour and date.
    The document is a site visit attendance sheet for the US Army Corps of Engineers' CFLD Security Fence project (RFQ No. W912PM26QA006). The visit took place on December 17, 2025, at 11:00 AM ET. It lists attendees from various companies, including construction, fencing, and contracting firms, indicating their names, company names, and email addresses. This document serves as a record of interested parties and potential bidders for the security fence project, highlighting industry engagement in federal government RFPs.
    This Quality Confirmation Checklist outlines requirements for the installation of both 8-foot fixed position and 6-foot removable commercial-grade security fences. For the 8-foot fixed fence, key specifications include its height, galvanized commercial-grade construction with 9-gauge chain link 2-inch wire mesh, angled 3-strand barb wire top, and proper installation of posts (3-inch SF40 Premium Commercial Grade Galvanized, set in concrete, plumb, and spaced no more than 10 feet apart). It also details requirements for tensioning, rails, and securing the wire mesh. The 6-foot removable fence panels have specifications for esplanade wall post brackets, post fitting, capping, and spacing to secure panels with stainless steel hose clamps. Both fence types must ensure no gaps greater than 2 inches, emphasizing secure and compliant installation to enhance security.
    This Quality Assurance Surveillance Plan (QASP) outlines the government's method for overseeing a contractor's performance in removing and replacing a security fence at Cape Fear Lock & Dam. The QASP, authorized by the Federal Acquisition Regulation, details what will be monitored, how, by whom, and how results will be documented. It establishes roles for the Program/Project Manager, Procuring Contracting Office, and Contracting Officer's Representative (COR), with the COR being central to continuous technical oversight and performance assessment. A Surveillance Matrix (Appendix 1) lists performance objectives and standards, including requirements for fixed and removable fence panels, along with inspection methods and performance ratings. The document also includes forms for Corrective Action Reports, Customer Complaint Records, and Performance Assessment Reports to ensure comprehensive monitoring and documentation of the project.
    Lifecycle
    Title
    Type
    CFLD Security Fence
    Currently viewing
    Solicitation
    Similar Opportunities
    BEJ Maintenance Compound Roof Replacements
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to undertake roof replacement work at the BEJ Maintenance Compound in Moncure, North Carolina. The project involves the removal of existing corrugated metal roofs from two maintenance buildings and the installation of new twenty-four gauge PBR panel roofs along with insulation systems, with a primary focus on Compound Building 1 and an optional item for Compound Building 2. This procurement is part of the government's initiative to engage small businesses in federal construction contracts, with a contract value estimated between $25,000 and $100,000, and a completion timeline of 120 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 or about May 2, 2025; for further inquiries, they may contact Benjamin Rickman or Jenifer Garland via the provided emails.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    ATLANTIC INTRACOASTAL WATERWAY (AIWW) SNOWS CUT BANK STABILIZATION
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the Atlantic Intracoastal Waterway (AIWW) Snows Cut Bank Stabilization project in Wilmington, North Carolina. The project involves maintenance dredging and stabilization of approximately 7,100 feet of shoreline, requiring activities such as vegetation clearing, bank sloping, and the installation of erosion protection measures, including riprap and breakwater structures. This small business set-aside contract is valued between $10 million and $25 million, with a firm fixed price structure, and is expected to be solicited electronically on or about February 19, 2026. Interested contractors must be registered in the System for Award Management (SAM) and can contact Diana Curl at diana.d.curl@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil for further information.
    FY26 AIWW Dredge Material Placement Facility (DMPF) Improvements 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the FY26 AIWW Dredge Material Placement Facility (DMPF) Improvements 2 project in Morehead City, North Carolina. This contract involves the repair and enhancement of five upland placement areas, including clearing, raising and stabilizing perimeter dikes, and replacing six spillway systems to manage future dredged material. The project is crucial for maintaining the integrity of the Atlantic Intracoastal Waterway and ensuring environmental compliance, particularly concerning seasonal restrictions for tree clearing. The contract will be a Firm Fixed Price with an estimated value between $5 million and $10 million, and it is set aside exclusively for small businesses. Interested parties should contact Jenifer Garland at jenifer.m.garland@usace.army.mil or Rosalind Shoemaker at rosalind.m.shoemaker@usace.army.mil for further details, with the solicitation expected to be released electronically on or about January 6, 2026.
    Fence Repair BPA Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    Repair and Installation of Fences and Gates
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a firm-fixed-price, indefinite delivery, indefinite quantity (IDIQ) contract for the repair and installation of fences and gates at Fort Buchanan, Puerto Rico. The project aims to enhance security infrastructure by repairing existing fences and installing new fencing and gates, including various types and heights, with a total contract value estimated between $5,000,000 and $10,000,000. This opportunity is a 100% set-aside for 8(a) firms on a competitive basis, with a performance timeline commencing within 10 calendar days of award and completion expected within 1825 calendar days. Interested contractors should contact Eileen Rivera at eileen.z.riveradomenech.civ@army.mil or Felix Marrero at felix.r.marrero2.civ@army.mil for further details and to ensure compliance with all solicitation requirements.
    Install (2) Road Plates RWY 23R Service Rd, Station
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the installation of two road plates on the Runway 23R Service Road at Marine Corps Air Station Cherry Point, North Carolina. This project, identified as RFP No. 7273833, is restricted to pre-approved Maintenance and Repair Multiple Award Construction Contract (M&R MACC) contractors and has an estimated cost of less than $25,000, with a completion timeline of 60 calendar days. The work is critical for ensuring safe vehicle traffic over drainage channels and requires strict adherence to base regulations, including a mandatory site visit on December 15, 2025, and proposal submissions by December 30, 2025, at 12:00 PM EST. Interested contractors should contact Kathryn French Nethercutt at kathryn.l.nethercutt.civ@us.navy.mil or Meghan J Hislop at meghan.j.hislop.civ@us.navy.mil for further details.
    Repair BEQ AS4211
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Repair BEQ AS4211 project located at Marine Corps Air Station (MCAS) New River in North Carolina. This project, estimated to cost between $10 million and $25 million, involves extensive renovations and upgrades to various building systems, including the installation of a new fire alarm and mass notification system, as well as improvements to infrastructure such as parking lots and sidewalks. Only a select group of seven General MACC Contractors are eligible to submit proposals, with a proposal submission deadline set for January 14, 2025, and a completion timeline of 730 days post-award. Interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details and to ensure compliance with all requirements outlined in the solicitation documents.
    Replace Holcomb Blvd Culvert Pipe
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Mid-Atlantic, is soliciting proposals for the "Replace Holcomb Blvd Culvert Pipe" project at Marine Corps Base Camp Lejeune, North Carolina. This project involves the demolition and replacement of an existing culvert pipe, drop inlets, and a concrete headwall, requiring the installation of approximately 230 feet of reinforced concrete pipe, along with associated site work and traffic control measures. The estimated project cost ranges from $250,000 to $500,000, with proposals due by January 7, 2026, and a mandatory site visit scheduled for December 17, 2025. Interested contractors must be on a pre-approved list and comply with various federal regulations, including wage determinations and environmental safety standards. For further inquiries, contact Emily Walton at emily.a.walton6.civ@us.navy.mil or call 757-994-5759.
    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.