EAGLE ISLAND CELL 2 IMPROVEMENTS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers, Wilmington District, is conducting a Sources Sought/Request for Information for Eagle Island Cell 2 Improvements in Wilmington, NC. This market research aims to identify qualified contractors for a project valued between $5 million and $10 million. Responses are due January 26, 2026.
Scope of Work
The project involves improvements at Cell 2 of the Government-owned Eagle Island Confined Disposal Facility (CDF). Key tasks include:
- Raising approximately 2,000 linear feet of low spots on the west portion of Cell 2 to EL. 46 feet NAVD88.
- Raising timber cribbing structures associated with the outfall pipe for spillway 4.
- Repairs to straighten spillways 4 and 5, including deconstructing risers, removing footings, re-grading, and reconstructing riser structures. The work will utilize existing coffer berms and the interior of Cell 2 as borrow material.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Magnitude: Between $5,000,000 and $10,000,000
- NAICS: 237990 (Other Heavy and Civil Engineering Construction)
- Set-Aside: None specified (market research to determine potential set-asides)
- Response Due: January 26, 2026, 2:00 p.m. EST
- Published: January 12, 2026
Response Requirements
Interested firms with NAICS code 237990 must submit:
- Firm details (Name, Address, POC, SAM CAGE Code).
- Business size and socio-economic status (HUBZone, 8(a), SDVOSB, SDB, WOSB, Large Business) with supporting documentation.
- Bonding capability (single and aggregate) via Surety Company Letter.
- Evidence of capabilities: Three recent comparable projects (over $5M, less than 5 years old) in General Construction Earthwork, including project details and POCs.
- Firm's geographic span and project size capability.
- Teaming arrangement information (if applicable), detailing roles and socio-economic status of the team.
Additional Notes
This is solely for market research and does not obligate the Government to award a contract. Cybersecurity: This project is subject to CMMC Level 1 requirements per DFARS 252.204-7021 and 252.204-7025. Offerors must have the requisite certification within the Supplier Performance Risk System (SPRS) and active registration before contract award. This is a new requirement for DoD contracts as of November 10, 2025.