Skip to content
Department of Defense

CAROLINA BEACH INLET AND VICINITY, NC

Solicitation: W912PM26QA024
Notice ID: be25108da6a3459599eba126a8c5a0d0
TypeCombined Synopsis SolicitationNAICS 541360PSCB517DepartmentDepartment of DefenseAgencyDept Of The ArmyStateNCPostedApr 07, 2026, 12:00 AM UTCDueApr 02, 2026, 06:00 PM UTCExpired

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NC. Response deadline: Apr 02, 2026. Industry: NAICS 541360 • PSC B517.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912PM26QA024. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541360 (last 12 months), benchmarked to sector 54.

12-month awarded value
$29,519,820
Sector total $5,891,976,226,424 • Share 0.0%
Live
Median
$776,321
P10–P90
$776,321$776,321
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+11279%($29,005,491)
Deal sizing
$776,321 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NC
Live POP
Place of performance
Carolina Beach, North Carolina • United States
State: NC
Contracting office
Wilmington, NC • 28403-1343 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractService Contract Act
2015-4397 (Rev 30)
Match signal: exact WD number • state matchOpen WD
Published Dec 03, 2025North Carolina • New Hanover, Pender
01000
Administrative Support And Clerical Occupations 01011 - Accounting Clerk I
Base $17.75Fringe $0.00
01012
Accounting Clerk II
Base $19.92Fringe $0.00
+350 more occupation rates available in the full WD.

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years, and 4 weeks after 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).

View more for this contract
3 more WD matches and 350 more rate previews.
Service Contract ActBest fitexact WD number • state match
2015-4397 (Rev 30)
Open WD
Published Dec 03, 2025North Carolina • New Hanover, Pender
01000
Administrative Support And Clerical Occupations 01011 - Accounting Clerk I
Base $17.75Fringe $0.00
01012
Accounting Clerk II
Base $19.92Fringe $0.00
01013
Accounting Clerk III
Base $22.28Fringe $0.00
+349 more occupation rates in this WD

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 8 years, and 4 weeks after 20 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: 1) COMPUTER EMPLOYEES: This wage determination does not apply to any individual employed in a bona fide executive, administrative, or professional capacity, as defined in 29 C.F.R. Part 541. (See 41 C.F.R. 6701(3)). Because most Computer Systems Analysts and Computer Programmers who are paid at least $27.63 per hour (or at least $684 per week if paid on a salary or fee basis) likely qualify as exempt computer professionals under 29 U.S.C. 213(a)(1) and 29 U.S.C. 213(a)(17), this wage determination may not include wage rates for all occupations within those job families. In such instances, a conformance will be necessary if there are nonexempt employees in these job families working on the contract. Job titles vary widely and change quickly in the computer industry, and are not determinative of whether an employee is an exempt computer professional. To be exempt, computer employees who satisfy the compensation requirements must also have a primary duty that consists of: (1) The application of systems analysis techniques and procedures, including consulting with users, to determine hardware, software or system functional specifications; (2) The design, development, documentation, analysis, creation, testing or modification of computer systems or programs, including prototypes, based on and related to user or system design specifications; (3) The design, documentation, testing, creation or modification of computer programs related to machine operating systems; or (4) A combination of the aforementioned duties, the performance of which requires the same level of skills. (29 C.F.R. 541.400). Any computer employee who meets the applicable compensation requirements and the above duties test qualifies as an exempt computer professional under both section 13(a)(1) and section 13(a)(17) of the Fair Labor Standards Act. (Field Assistance Bulletin No. 2006-3 (Dec. 14, 2006)). Accordingly, this wage determination will not apply to any exempt computer employee regardless of which of these two exemptions is utilized. 2) AIR TRAFFIC CONTROLLERS AND WEATHER OBSERVERS - NIGHT PAY & SUNDAY PAY: If you work at night as part of a regular tour of duty, you will earn a night differential and receive an additional 10% of basic pay for any hours worked between 6pm and 6am. If you are a full-time employed (40 hours a week) and Sunday is part of your regularly scheduled workweek, you are paid at your rate of basic pay plus a Sunday premium of 25% of your basic rate for each hour of Sunday work which is not overtime (i.e. occasional work on Sunday outside the normal tour of duty is considered overtime work). ** HAZARDOUS PAY DIFFERENTIAL ** An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordnance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordnance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving re-grading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordnance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordnance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordnance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated. ** REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE, Standard Form 1444 (SF-1444) ** Conformance Process: The contracting officer shall require that any class of service employee which is not listed herein and which is to be employed under the contract (i.e., the work to be performed is not performed by any classification listed in the wage determination), be classified by the contractor so as to provide a reasonable relationship (i.e., appropriate level of skill comparison) between such unlisted classifications and the classifications listed in the wage determination (See 29 CFR 4.6(b)(2)(i)). Such conforming procedures shall be initiated by the contractor prior to the performance of contract work by such unlisted class(es) of employees (See 29 CFR 4.6(b)(2)(ii)). The Wage and Hour Division shall make a final determination of conformed classification, wage rate, and/or fringe benefits which shall be paid to all employees performing in the classification from the first day of work on which contract work is performed by them in the classification. Failure to pay such unlisted employees the compensation agreed upon by the interested parties and/or fully determined by the Wage and Hour Division retroactive to the date such class of employees commenced contract work shall be a violation of the Act and this contract. (See 29 CFR 4.6(b)(2)(v)). When multiple wage determinations are included in a contract, a separate SF-1444 should be prepared for each wage determination to which a class(es) is to be conformed. The process for preparing a conformance request is as follows: 1) When preparing the bid, the contractor identifies the need for a conformed occupation(s) and computes a proposed rate(s). 2) After contract award, the contractor prepares a written report listing in order the proposed classification title(s), a Federal grade equivalency (FGE) for each proposed classification(s), job description(s), and rationale for proposed wage rate(s), including information regarding the agreement or disagreement of the authorized representative of the employees involved, or where there is no authorized representative, the employees themselves. This report should be submitted to the contracting officer no later than 30 days after such unlisted class(es) of employees performs any contract work. 3) The contracting officer reviews the proposed action and promptly submits a report of the action, together with the agency's recommendations and pertinent information including the position of the contractor and the employees, to the U.S. Department of Labor, Wage and Hour Division, for review (See 29 CFR 4.6(b)(2)(ii)). 4) Within 30 days of receipt, the Wage and Hour Division approves, modifies, or disapproves the action via transmittal to the agency contracting officer, or notifies the contracting officer that additional time will be required to process the request. 5) The contracting officer transmits the Wage and Hour Division's decision to the contractor. 6) Each affected employee shall be furnished by the contractor with a written copy of such determination or it shall be posted as a part of the wage determination (See 29 CFR 4.6(b)(2)(iii)). Information required by the Regulations must be submitted on SF-1444 or bond paper. When preparing a conformance request, the ""Service Contract Act Directory of Occupations"" should be used to compare job definitions to ensure that duties requested are not performed by a classification already listed in the wage determination. Remember, it is not the job title, but the required tasks that determine whether a class is included in an established wage determination. Conformances may not be used to artificially split, combine, or subdivide classifications listed in the wage determination (See 29 CFR 4.152(c)(1)).

Davis-Baconstate match
NC20260107 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Orange
Rate
BRICKLAYER
Base $18.62Fringe $0.00
Rate
CARPENTER
Base $17.37Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $14.63Fringe $0.00
+26 more occupation rates in this WD
Davis-Baconstate match
NC20260019 (Rev 1)
Open WD
Published Jan 30, 2026North Carolina • Alamance, Alexander, Alleghany +97
Rate
CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+17 more occupation rates in this WD
Davis-Baconstate match
NC20260092 (Rev 0)
Open WD
Published Jan 02, 2026North Carolina • Carteret
Rate
CARPENTER
Base $14.66Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.25Fringe $0.00
Rate
ELECTRICIAN
Base $14.50Fringe $0.00
+6 more occupation rates in this WD

Point of Contact

Name
Diana Curl
Email
diana.d.curl@usace.army.mil
Phone
9102514915
Name
Rosalind M. Shoemaker
Email
rosalind.m.shoemaker@usace.army.mil
Phone
9102514436

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
US ARMY CORPS OF ENGINEERS
Office
ENGINEER DIVISION SOUTH ATLANTIC • ENDIST WILMINGTON • W074 ENDIST WILMINGTON
Contracting Office Address
Wilmington, NC
28403-1343 USA

More in NAICS 541360

Description

EFFECTIVE 04/07/2026 THIS SOLICITATION HAS BEEN CANCELED.

Combined Synopsis/Solicitation – VIBRACORE SERVICES - CAROLINA BEACH INLET AND VICINITY

Solicitation No. W912PM26QA024. This solicitation is issued as an RFQ.

Date of Issue: 12 March 2026

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested, and a separate written solicitation will not be issued. This combined synopsis/solicitation is being issued as a small business set-aside.  This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

This solicitation is a Request for Quote (RFQ). The associated North American Industry Classification System (NAICS) code for this procurement is 541360 with a size standard of $28.5M.

The U.S. Army Corps of Engineers, Wilmington District needs a Contractor to 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 Officer’s 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.

The resulting award issued from this request will result in one award.

The solicitation can only be changed by formal written amendment issued by the Contracting Officer.

The following documents have been provided:

A21 - Combined Synopsis-Solicitation - VIBRACORE SERVICES - CAROLINA BEACH INLET AND VICINITY W912PM26QA024 - Final

A21 - SOW CBI VC_20260303

A21 - WD 2015-4397, Rev 30, Dated 12-03-2025

QUESTIONS ARE DUE NOT LATER THAN 4:00 PM, EDT, 23 March 2026.

QUOTES ARE DUE NOT LATER THAN 2:00 PM, EDT, 02 April 2026.

SUBMIT QUESTIONS & QUOTES ELECTRONICALLY via email to BOTH diana.d.curl@usace.army.mil and rosalind.m.shoemaker@usace.army.mil. It is your responsibility to follow up and ensure quotes have been received by the Contract Specialist prior to the due date and time for quotes.

INSTRUCTIONS

Please read the instructions and all solicitation documents very carefully before submitting your bids.

All Quote Submission Packages must include the following items:

  • Signed Offer as well as signed amendments if issued.
  • Technical Proposal per clause 52.212-2 of the solicitation:

Evaluation of Award:  The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Issuance of award will be made to the lowest price offeror that is technically acceptable.

Price Quote and Technical Proposal:  Each offeror must submit both a Price Quote of each line item and a Technical Proposal via email. The technical proposal shall include information that clearly demonstrates the ability to meet all requirements set out in the Statement of Work (SOW).   The Contractor shall include the technical information that is listed in provision 52.212-2 within the solicitation for submittal requirements. No hard copies will be accepted or evaluated. Both the Price Quote and Technical Proposal must be received by the closing date and time set forth within the solicitation. In an effort to reduce paper and cost, all quotes shall be submitted electronically. All submissions shall be in Adobe PDF format and shall be on 8 ½ x 11 size pages in no less than 10 pitch or 10 fonts. Offerors may use compression utility software such as WinZip or PKZip to reduce fie size and facilitate electronic transmission.

Title your file(s) in the following format:

W912PM26QA024_COMPANY NAME_PRICING

W912PM26QA024_COMPANY NAME_TECHNICAL

                               

SAM Registration: Each prospective awardee shall be registered and be active in the System for Award Management (SAM) database prior to award. If the Offeror does not become registered to receive contracts with an active Cage Code and show as active to receive contract awards in the SAM database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling 866-606-8220, Monday – Friday from 8am – 8pm EST.  On-line Representations and Certifications may also be filled out at this website.

The Government reserves the right to cancel this solicitation.

This announcement and written Request for Quote constitutes the only “Request for Quote” that will be made for this requirement.

Combined Synopsis/Solicitation – VIBRACORE SERVICES - CAROLINA BEACH INLET AND VICINITY

Solicitation No. W912PM26QA024. This solicitation is issued as an RFQ.

Date of Issue: 12 March 2026

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation. Offers are being requested, and a separate written solicitation will not be issued. This combined synopsis/solicitation is being issued as a small business set-aside.  This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

This solicitation is a Request for Quote (RFQ). The associated North American Industry Classification System (NAICS) code for this procurement is 541360 with a size standard of $28.5M.

The U.S. Army Corps of Engineers, Wilmington District needs a Contractor to 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 Officer’s 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.

The resulting award issued from this request will result in one award.

The solicitation can only be changed by formal written amendment issued by the Contracting Officer.

The following documents have been provided:

A21 - Combined Synopsis-Solicitation - VIBRACORE SERVICES - CAROLINA BEACH INLET AND VICINITY W912PM26QA024 - Final

A21 - SOW CBI VC_20260303

A21 - WD 2015-4397, Rev 30, Dated 12-03-2025

QUESTIONS ARE DUE NOT LATER THAN 4:00 PM, EDT, 23 March 2026.

QUOTES ARE DUE NOT LATER THAN 2:00 PM, EDT, 02 April 2026.

SUBMIT QUESTIONS & QUOTES ELECTRONICALLY via email to BOTH diana.d.curl@usace.army.mil and rosalind.m.shoemaker@usace.army.mil. It is your responsibility to follow up and ensure quotes have been received by the Contract Specialist prior to the due date and time for quotes.

INSTRUCTIONS

Please read the instructions and all solicitation documents very carefully before submitting your bids.

All Quote Submission Packages must include the following items:

  • Signed Offer as well as signed amendments if issued.
  • Technical Proposal per clause 52.212-2 of the solicitation:

Evaluation of Award:  The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Issuance of award will be made to the lowest price offeror that is technically acceptable.

Price Quote and Technical Proposal:  Each offeror must submit both a Price Quote of each line item and a Technical Proposal via email. The technical proposal shall include information that clearly demonstrates the ability to meet all requirements set out in the Statement of Work (SOW).   The Contractor shall include the technical information that is listed in provision 52.212-2 within the solicitation for submittal requirements. No hard copies will be accepted or evaluated. Both the Price Quote and Technical Proposal must be received by the closing date and time set forth within the solicitation. In an effort to reduce paper and cost, all quotes shall be submitted electronically. All submissions shall be in Adobe PDF format and shall be on 8 ½ x 11 size pages in no less than 10 pitch or 10 fonts. Offerors may use compression utility software such as WinZip or PKZip to reduce fie size and facilitate electronic transmission.

Title your file(s) in the following format:

W912PM26QA024_COMPANY NAME_PRICING

W912PM26QA024_COMPANY NAME_TECHNICAL

                               

SAM Registration: Each prospective awardee shall be registered and be active in the System for Award Management (SAM) database prior to award. If the Offeror does not become registered to receive contracts with an active Cage Code and show as active to receive contract awards in the SAM database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling 866-606-8220, Monday – Friday from 8am – 8pm EST.  On-line Representations and Certifications may also be filled out at this website.

The Government reserves the right to cancel this solicitation.

This announcement and written Request for Quote constitutes the only “Request for Quote” that will be made for this requirement.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.