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 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.

    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.
    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
    PERIMETER FENCE INSTALLATION
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the installation of approximately 100 linear feet of chain-link fencing with barbed wire at the USCG Sector Long Island Sound in New Haven, Connecticut. The project requires the fence to be 7 feet high, with specific design features including a top guard and barbed wire, and must be constructed using materials suitable for a corrosive environment. This installation is crucial for enhancing security measures at the facility, ensuring the fence integrates with existing structures and prevents unauthorized access during low tide. Interested contractors should submit their quotes on company letterhead, detailing costs by sections, to the primary contact, Coyet Carter, at coyet.a.carter@uscg.mil, and the Contracting Officer, Jason L. Williams, at jason.l.williams@uscg.mil, with all work to be completed within 30 calendar days of contract issuance.
    BEJ Maintenance Compound Roof Replacements
    Buyer not available
    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.
    FY26 AIWW Dredge Material Placement Facility (DMPF) Improvements 2
    Buyer not available
    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.
    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.
    W. Kerr Scott Bridge Repainting
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Wilmington District, is seeking bids for a contract to clean and repaint the steel superstructure girders and support members of the W. Kerr Scott Bridge located in Wilkesboro, North Carolina. The project involves the removal of lead-based paint through blasting or other approved methods, followed by recoating with a moisture-cured urethane paint system, and requires contractors to possess SSPC QP-1 and QP-2 certifications along with lead abatement experience. This opportunity is a 100% Small Business Set-Aside with a firm fixed price contract valued between $1,000,000 and $5,000,000, and the solicitation is expected to be issued electronically around February 4, 2026, on sam.gov. Interested bidders must be registered in SAM to be eligible for award, and they can contact Sonny Smith at sonny.z.smith@usace.army.mil or Troy Small at troy.d.small@usace.army.mil for further information.
    Fence Repair BPA Fort Drum, NY
    Buyer not available
    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.
    J065---Fence Repair Storm Damage-Uptown CNVAMC
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 7, is seeking qualified vendors to undertake a fence repair and installation project at the Charlie Norwood VA Medical Center in Augusta, Georgia. The project involves the removal of existing fencing and the installation of various types of new fencing, including 250 feet of 8-foot chain link fence with a 30-foot aluminum slide gate, 280 feet of 6-foot chain link fence, 40 feet of aluminum ornamental fence, and the fabrication and installation of new wrought iron fencing, all aimed at enhancing security and safety for visitors and employees. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with a firm-fixed-price contract and a performance period of 90 days from the award date. Interested vendors must submit their proposals by December 10, 2025, and direct any questions to Contract Specialist Jessica Cummings at Jessica.Cummings3@va.gov by November 24, 2025.
    Operations and Maintenance Services at W. Kerr Scott Reservoir
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for Operations and Maintenance Services at the W. Kerr Scott Reservoir in Wilkesboro, North Carolina. The contract, valued at approximately $47 million, aims to provide comprehensive maintenance, repair, and minor rehabilitation services for various facilities, including visitor centers, recreation areas, and trails, ensuring they remain safe and operational for public use. Proposals must be submitted electronically by January 9, 2026, following a site visit scheduled for December 17, 2025, with inquiries accepted until January 2, 2026. Interested parties can contact Benjamin Rickman at benjamin.t.rickman@usace.army.mil or Troy D. Small at troy.d.small@usace.army.mil for further details.
    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.
    JHK Erosion Control
    Buyer not available
    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.