Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2026 SAM #8815
SOURCES SOUGHT

Z -- EAGLE ISLAND CELL 2 IMPROVEMENTS

Notice Date
1/12/2026 11:11:03 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W074 ENDIST WILMINGTON WILMINGTON NC 28403-1343 USA
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM26BA008
 
Response Due
1/26/2026 11:00:00 AM
 
Archive Date
02/10/2026
 
Point of Contact
Diana Curl, Phone: 9102514915, Jenifer Garland, Phone: 9102514314
 
E-Mail Address
diana.d.curl@usace.army.mil, jenifer.m.garland@usace.army.mil
(diana.d.curl@usace.army.mil, jenifer.m.garland@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE FOR EAGLE ISLAND CELL 2 IMPROVEMENTS This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors. The project includes work at Cell 2 of the Government owned Eagle Island Confined Disposal Facility (CDF) also referred to as the Dredged Material Disposal Area. The work to improve Cell 2 consists of: using existing coffer berms around spillways 4 and 5, as well as the interior of Cell 2 as borrow, raise approximately 2,000 linear feet of the low spots on the west portion of Cell 2 to EL. 46 feet NAVD88 where crest heights range from approximately EL. 37 feet NAVD88 to EL. 45 feet NAVD88 and corresponds with approximate Stations 190+00 to 210+00; raising a few bents of the timber cribbing structures associated with the outfall pipe for spillway 4; repairs to straighten spillways 4 and 5 will consist of deconstructing the riser structures, removing the footing, removing the catwalk, re-grading the bump-out to a 3H:1V slope, prepping the subgrade, pouring a 16-inch footing and reconstructing the riser structure. The magnitude of construction for this project will be between $5,000,000.00 and $10,000,000.00. All interested firms with 237990 as an approved NAICs code have until 27 January 2026 at 2:00 p.m. EST to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM Cage Code - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work (i.e., complex construction projects) in the area of General Construction Earthwork. The contractor must provide evidence of comparable work on three (3) recent projects greater than $5,000,000.00 in value (not more than five (5) years old.) Include the project name and description of the key/salient features of the project (completion date, total contract construction value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Firm's capability to perform, to include geographic span and project size. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Jenifer Garland and Diana Curl E-mail: Jenifer.M.Garland@usace.army.mil and Diana.D.Curl@usace.army.mil The email should be titled: W912PM26BA008 Eagle Island Cell 2 Improvements, Sources Sought Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy. NOTE: CYBERSECURITY: THIS PROJECT IS SUBJECT TO THE CYBERSECURITY MATURITY MODEL CERTIFICATION REQUIREMENTS LEVEL 1 PER DFARS 252.204-7021 AND 252.204-7025. OFFERORS MUST BE REGISTERED AND HAVE, AT A MINIMUM, THE REQUISITE CERTIFICATION WITHIN THE SUPPLIER PERFORMANCE RISK SYSTEM (SPRS) TO BE ELIGIBLE FOR CONTRACT AWARD. PLEASE NOTE, THIS IS A NEW REQUIREMENT FOR DOD CONTRACTS AS OF 10 NOVEMBER 2025. SEE SOLICITATION PROVISION 252.204-7025 ON THE REGISTRATION REQUIREMENT. YOUR REGISTRATION MUST BE ACTIVE BEFORE A CONTRACT AWARD CAN BE MADE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e9388c08cab849ec92d9f045e6e96ada/view)
 
Place of Performance
Address: Wilmington, NC, USA
Country: USA
 
Record
SN07684543-F 20260114/260112230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.