Holden Beach Removal and Replacement of Mooring Clusters
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 Department of the Army, U.S. Army Corps of Engineers (USACE) Wilmington District, is soliciting quotes for the Removal and Replacement of Mooring Clusters at the Holden Beach Pavilion area in Holden Beach, NC. This project, valued between $100,000 and $250,000, is a 100% Small Business Set-Aside and will be awarded based on the Lowest Priced, Technically Acceptable (LPTA) offer. Quotes are due by January 26, 2026, at 2:00 PM EST.
Scope of Work
The project involves the removal and off-site disposal of two existing mooring clusters and the installation of two new steel pipe pilings. Key tasks include:
- Providing and installing two 30" Diameter x .750" Wall x 40' steel pilings.
- Capping pilings with welded plate covers and coating the top 30' with 16 mil Coal Tar Epoxy.
- Installing two 24" cleats per piling on top of the fender crown collar (T-shaped posts are acceptable).
- Filling the upper portion of each piling with sand (2/3) and concrete (1/3).
- Installing one 6' 6" Diameter x 7' Long Marine Guard, Foam Filled Monopile Donut Fender per piling, with a 4.0-foot flat height freeboard (before mooring crown weight) and an attached crown collar with mooring cleats.
- Ensuring new pilings are 9ft above Mean High Water, with approximately 73ft between centers. Exact locations will be advised post-award.
- Work must comply with EM 385-1-1 safety standards and federal/state transportation laws.
Contract Details & Timeline
- Contract Type: Firm Fixed Price (FFP) Request for Quote (RFQ) under FAR Part 13 (Simplified Acquisition Procedures).
- Set-Aside: 100% Small Business.
- NAICS Code: 238910 (Site Preparation) with a $19,000,000 size standard.
- Period of Performance: 120 calendar days after notice to proceed.
- Performance Bonds: Required.
- Site Visit: A site visit was held on Tuesday, January 13, 2026, at 9:00 AM ET at 131 Jordan Blvd, Holden Beach, NC. RSVP was required by January 9, 2026.
- Questions Due: January 14, 2026, 2:00 PM EST.
- Quotes Due: January 26, 2026, 2:00 PM EST.
- Published Date: January 15, 2026.
Evaluation & Submission Requirements
Award will be made to the Lowest Priced, Technically Acceptable offer. To be considered technically acceptable, offerors must:
- Be registered in SAM.gov with no active or inactive exclusions.
- Submit prior experience of at least two (2) (maximum five) recent (within 5 years) and relevant contracts/projects, including details and points of contact.
- Provide a technical proposal explaining how SOW requirements will be met.
- Possess a valid North Carolina Marine or Building contractors License.
- Annual Representations and Certifications (FAR 52.204-8) must be submitted via email with the quote.
- Quotes and questions must be submitted electronically to diana.d.curl@usace.army.mil and jenifer.m.garland@usace.army.mil.
Additional Notes
Prevailing wage rates (General Decision Number NC20260078) apply, including requirements for Executive Order 13706 (paid sick leave) and 13658 (minimum wage). Clarifications confirm spiral weld pipe is allowed and Grade 836 is required for end plates.