Request for Information (RFI) for Masonry Target Wall for ERDC GSL
ID: W912HZ25I0331Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2R2 USA ENGR R AND D CTRVICKSBURG, MS, 39180-6199, USA

NAICS

Masonry Contractors (238140)
Timeline
    Description

    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is seeking information from qualified vendors for the construction of masonry target walls at the Big Black Test Site in Vicksburg, Mississippi. The project involves constructing multiple 8 ft x 8 ft masonry wall sections within steel frames, adhering to stringent quality control and testing protocols as outlined in the attached Draft Performance Work Statement (PWS). This construction is critical for establishing robust masonry structures for military use, with a contract expected to be awarded as a Firm Fixed Price (FFP) arrangement. Interested parties must submit their responses, including company details and projected costs, by 3:00 PM CST on April 15, 2025, to Jennifer Hoben and David Ammermann via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for masonry target wall construction at the US Army Corps of Engineers Research and Development Center (ERDC) in Vicksburg, MS. The project involves constructing three types of masonry walls: a triple wythe brick wall, lightly reinforced, and heavily reinforced CMU walls, using specified materials and methods. ERDC will provide the necessary bricks, mortar, and other materials, while the contractor must supply all required equipment and maintain detailed construction logs. The construction must adhere to stringent quality control and testing protocols, including mortar sample fabrication for strength testing. A period of performance begins three weeks after contract award, with allowances for weather-related delays. Compliance with government safety regulations during construction is mandatory. Inspections will ensure adherence to contract specifications, signifying the overall goal of establishing robust masonry structures for military use. Overall, this PWS is critical in guiding contractors to meet military standards while delivering quality construction at the designated site.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    PRESOLICITATION NOTICE FOR UPPER APPLETON WALL REPAIR, APPLETON, OUTAGAMIE COUNTY, WISCONSIN
    Dept Of Defense
    The Department of Defense, through the United States Army Corps of Engineers - Chicago District, is preparing to solicit bids for the Upper Appleton Wall Repair project located in Appleton, Outagamie County, Wisconsin. The project involves the rehabilitation of a 150-year-old masonry stone wall, which includes removing existing materials, applying a waterproofing system, and replacing materials on both sides of the Upper Appleton hydropower plant, addressing increased seepage issues. This construction effort is critical for maintaining the structural integrity of the hydropower facility and is estimated to cost between $5 million and $10 million, with a completion timeline of 439 calendar days. Interested small business contractors must register with the System for Award Management (SAM) and the DoD Procurement Integrated Enterprise Environment (PIEE) to access the solicitation, which is expected to be advertised in the second quarter of Fiscal Year 2026. For further inquiries, contact Ericka Hillard at ericka.d.hillard@usace.army.mil or by phone at 312-846-5378.
    Tate County, Mississippi, Mississippi Delta Headwaters Project, Bank Stabilization 17-01
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Vicksburg District, is seeking qualified contractors for the Mississippi Delta Headwaters Project, specifically for the construction of four grade control structures in Tate County, Mississippi. This procurement, which is expected to exceed $2 million, is justified as a consolidation effort to achieve cost savings, reduce acquisition time, and enhance mission success, with a contract value estimated between $1 million and $5 million and a completion timeline of 105 calendar days. The project is categorized under NAICS code 237990 and will be set aside for Women-Owned Small Businesses, ensuring participation from small enterprises while streamlining project administration. Interested parties can contact Freteshia L. Johnson at Freteshia.L.Johnson@usace.army.mil or Robert Ellis Screws at Ellis.Screws@usace.army.mil for further details.
    Master Breacher Course Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Master Breacher Course Support at Fort Benning, Georgia. This procurement involves providing materials and labor for training site support, including the construction and maintenance of targets and training aids for the 75th Ranger Regiment's Regimental Master Breacher Course, which is conducted three times a year. The contractor will be responsible for adhering to specific construction standards, ensuring quality control, and complying with safety and environmental regulations, while the government will provide range access and coordination. Proposals are due by December 18, 2025, at 2:00 PM EST, and interested parties should submit their quotes electronically to the designated contacts, Rafael Alamedapabon and Jack Konrat, with no paper submissions accepted.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Fountain City Service Base (FCSB) 1st Floor Mississippi River Project Office (MRPO) Renovation Design-Build Construction Project
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is preparing to solicit a design-build contract for the renovation of the 1st floor of the Fountain City Service Base Office Building in Wisconsin. The project entails comprehensive design and construction services, including engineering, development of plans and specifications, and the creation of final As-Built/Record Drawings, with an estimated contract value between $1 million and $5 million. This renovation is crucial for enhancing the operational capabilities of the Mississippi River Project Office, and the solicitation is expected to be issued in late December 2025 or early January 2026, with contract awards anticipated by September 30, 2026. Interested contractors must ensure they are registered in the System for Award Management (SAM) and can contact Scott E. Hendrix or Kenneth Eshom for further information.
    FY26 anticipated levee work requirements within the Mississippi Valley Division (MVD) in the Memphis (W912EQ), Vicksburg (W912EE), and New Orleans (W912P8) Districts
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is anticipating levee work requirements within the Mississippi Valley Division (MVD) for Fiscal Year 2026, specifically in the Memphis, Vicksburg, and New Orleans Districts. The procurement will involve various construction activities, including earthen levee embankment enlargement and repair, seepage berm and cut-off construction, and installation of groundwater relief wells, primarily along the Mississippi River levee system. This initiative is part of a broader infrastructure improvement effort, with numerous projects already underway or proposed, emphasizing the importance of flood risk management in the region. Interested contractors can reach out to primary contact Joelle Handy at joelle.f.handy@usace.army.mil or secondary contact Jason M. Carlock at jason.m.carlock@usace.army.mil for further details.
    403873 FLW AIT Barracks Complex II Phase 2
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is soliciting proposals for the construction of the Advanced Individual Training (AIT) Barracks Complex II Phase 2 at Fort Leonard Wood, Missouri. This project involves the design and construction of a standard AIT Battalion Complex to accommodate 600 soldiers, including barracks, company operations facilities, and various support structures, while incorporating essential safety and security features. The contract, valued between $100 million and $250 million, requires proposals to be submitted electronically via the PIEE system by January 23, 2026, with a focus on non-price evaluation factors such as Performance Confidence and Management Approach. Interested parties can reach out to Dale Coleman at dale.e.coleman@usace.army.mil or Michael G. France at michael.g.france@usace.army.mil for further inquiries.
    Fabrication and Delivery of Coffeeville Lock Lower Miter Gates and Spare Parts, Black Warrior-Tombigbee (BWT) Project Office, Tuscaloosa, AL
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the fabrication and delivery of lower miter gates and spare parts for the Coffeeville Lock as part of the Black Warrior-Tombigbee Project Office in Tuscaloosa, AL. The procurement involves providing all necessary supervision, labor, materials, and equipment to fabricate, paint, and deliver two miter gates, each approximately 55 feet tall and 62 feet wide, weighing around 445,000 lbs. The contractor will also be responsible for the removal of the old gates via barge at the time of delivery. This opportunity is a total small business set-aside under NAICS code 332312, with a size standard of 500 employees. The solicitation package is expected to be available for download on or about December 19, 2025, and interested parties should monitor the website https://piee.eb.mil for updates. For further inquiries, contact Sophia Chin at sophia.m.chin@usace.army.mil or Benjamin Neely at benjamin.m.neely@usace.army.mil.
    Long Run Watershed Stabilization Project
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Pittsburgh District, is seeking responses from qualified contractors for the Long Run Watershed Stabilization Project in McKeesport, Pennsylvania. The project involves excavation and removal of debris from existing culvert pipes, installation of new precast modular block gravity retaining walls, and restoration of disturbed areas, with a construction magnitude estimated between $100,000 and $250,000. This Sources Sought Notice is intended for planning purposes only, and interested contractors must submit their intent to bid, capability statements, bonding capacity, and relevant certifications by 10:00 AM ET on December 23, 2025, to Aaron Barr at aaron.m.barr@usace.army.mil, with a copy to Leanna Lesefka at leanna.c.lesefka@usace.army.mil.