Closed Solicitation · DEPT OF DEFENSE
AI Summary
The U.S. Army Corps of Engineers is seeking information from contractors capable of performing vibracore services for subsurface investigation and geotechnical laboratory testing at Carolina Beach Inlet and vicinity. Interested firms must submit their capabilities and relevant project experience by March 10, 2026. This is a Sources Sought notice and not a solicitation for proposals.
W912PM26QA024 SOURCES SOUGHT NOTICE FOR Carolina-Kure Beach CSRM, Carolina Beach Inlet and Vicinity 2026 Subsurface Investigation and Geotechnical Laboratory Testing New Hanover County, North Carolina 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 to perform VIBRACORE services for the Government at Carolina-Kure Beach CSRM, Carolina Beach Inlet and Vicinity, North Carolina. Description of Work: The Contractor shall perform a total of 25 waterborne vibracores, 2 land-based borings, and 207 lab test samples for this project. Following drilling operations, the Contractor shall carefully transport the core samples to a facility for processing. The soil cores shall be processed and field logs and photos provided to the Contracting Officers Representative (COR). Following the receipt of the preliminary boring logs and photos, The Wilmington District will require at least 5 business days to review the logs and photographs to assign lab test sampling intervals. All borings (vibracore and land-based borings) shall be horizontally referenced to North American Datum (NAD) 1983 North Carolina State Plane Feet. The top and bottom of each boring shall be referenced to the MLLW vertical datum. Sampling procedures for all borings shall be accomplished in accordance with paragraph Vibracore and Land-Based Drill Sampling. Preliminary Drilling Logs, Draft and Final Drilling Logs for all borings shall be accomplished in accordance with paragraph Drilling Logs. In addition to the Preliminary Draft and Final Drilling Logs, the Contractor shall take detailed photographs of each boring to highlight changes in soil character. Laboratory testing on USACE-designated samples shall be accomplished in accordance with the paragraph Laboratory Testing Procedures. Performance Period: The Contractor shall mobilize to the site and begin drilling within 5-calendar days following SAW acceptance of the Accident Prevention Plan (APP). The entire work, including drilling, logging, photographing, laboratory analyses, and the Final Report (hard copy and electronic files) should be submitted within 180 calendar days from time of award. All interested firms with NAICS 541360 Geophysical Surveying and Mapping Services, as an approved NAICs code have until 10 March 2026 at 1600 ET to submit the following information: GENERAL INFORMATION: Name & Address of your Firm Point of Contact (Name/Phone/E-mail) SAM Unique Entity ID. (The Unique Entity ID is a 12-character alphanumeric ID assigned to an entity by SAM.gov) Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. NOTE: 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, and VA Certification of VOSB and SDVOSBs through the Vendor Information Pages at https://vip.vetbiz.va.gov. Please submit your interest and capability to perform Vibracore Services at Carolina-Kure Beach CSRM, Carolina Beach Inlet and Vicinity, North Carolina. 3. 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/protégé 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/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. NOTE: 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. 4. EVIDENCE OF CAPABILITIES to perform comparable work. Provide project info on a minimum of two and no more than 5 projects that demonstrate the firm's experience on projects that are substantially complete or completed within the last five (5) years which are similar to the project in size, scope and complexity. For each project include: Project name and contract number. Customer. Summary description of the key elements/salient work features of the project. your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Location where the work/project was completed. Contract amount. Brief description of how the experience relates to the general work description in this notice. 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 sources sought postings or had other communications with our office regarding preliminary market research for this project, please be advised that it is still necessary for you to respond to this posting. 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. To protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made. 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. Email the requested information, with delivery and read receipt requested to: Diana D. Curl diana.d.curl@usace.army.mil Rosalind M. Shoemaker at rosalind.m.shoemaker@usace.army.mil The email should be titled: W912PM26QA024 VIBRACORE SERVICES CAROLINA BEACH INLET AND VICINITY, NC - [Insert companys name] If you have questions, please contact Diana D. Curl at diana.d.curl@usace.army.mil
CAROLINA BEACH INLET AND VICINITY, NC is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.