JHK RIGHT WING DIKE SOIL SAMPLING
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 soliciting quotes for geotechnical soils laboratory testing for the John H. Kerr Dam Right Wing Dike Soil Sampling project. This is an unrestricted combined synopsis/solicitation (RFQ) for commercial services. The contractor will furnish all services, labor, equipment, supplies, and incidentals to perform testing in accordance with ASTM methods. Quotes are due by April 14, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will perform specific ASTM-standard soil tests on sandy silts and sandy clay soils collected from the John H. Kerr Dam Right Wing Dike area. Key tests include:
- ASTM D6913: Particle-Size Distribution (Sieve Analysis)
- ASTM D4318: Liquid Limit, Plastic Limit, and Plasticity Index
- ASTM D2216: Water (Moisture) Content
- ASTM D2974: Moisture, Ash, and Organic Matter
- ASTM D2434/D5084: Hydraulic Conductivity (Constant or Falling Head) USACE personnel will deliver samples to the contractor's USACE-validated lab. The period of performance is 70 calendar days from sample receipt.
Contract Details
- Type: Request for Quote (RFQ), resulting in one Firm Fixed-Price award.
- NAICS Code: 541380 (Testing Laboratories) with a $19M size standard.
- Set-Aside: Unrestricted.
- Place of Performance: Contractor's lab, with samples from John H. Kerr Dam Right Wing Dike, near Boydton, VA.
Submission & Evaluation
Award will be made to the lowest price technically acceptable (LPTA) offeror. Submissions must include:
- Signed Offer and any signed amendments.
- Technical Proposal: Demonstrating ability to meet SOW requirements, including competency in specified ASTM analyses and proof of 2-5 relevant prior projects within the last three years. AASHTO-validated labs are suitable.
- Price Quote: For each line item. All submissions must be electronic (Adobe PDF, 8.5x11, 10pt font minimum) via email. Offerors must be actively registered in SAM.gov prior to award.
Key Dates & Contacts
- Questions Due: April 6, 2026, by 4:00 PM EDT.
- Quotes Due: April 14, 2026, by 2:00 PM EDT.
- Submission Emails: diana.d.curl@usace.army.mil and rosalind.m.shoemaker@usace.army.mil.
- Primary Contact: Diana Curl, diana.d.curl@usace.army.mil, 910-251-4915.
- Secondary Contact: Rosalind Shoemaker, rosalind.m.shoemaker@usace.army.mil, 910-251-4436.
Important Notes
Award is projected around April 16th-17th, with samples delivered by USACE post-award. The contractor will receive samples (approx. 1-2 lbs each) and will coordinate disposal with USACE at contract conclusion. Weekly email updates on contract progress are required.