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 (USACE), Wilmington District, is soliciting quotes for geotechnical soils laboratory testing for the John H. Kerr Dam Right Wing Dike Toe Drain Replacement project. This unrestricted opportunity requires a USACE-validated lab to perform specific ASTM-standard tests on collected soil samples. Quotes are due by April 14, 2026, at 2:00 PM EDT.
Scope of Work
The contractor will furnish all services, labor, equipment, supplies, and tools necessary to perform geotechnical and environmental soils laboratory testing. This includes conducting specific ASTM-standard tests on sandy silts and sandy clay soils collected from the John H. Kerr Dam Right Wing Dike area, near Boydton, VA. USACE personnel will deliver the collected soil samples to the contractor's lab. Key tests include:
- Particle-Size Distribution (Sieve Analysis): ASTM D6913 (up to 101 samples)
- Liquid Limit, Plastic Limit, Plasticity Index: ASTM D4318 (up to 101 samples)
- Water (Moisture) Content: ASTM D2216 (up to 20 samples)
- Moisture, Ash, Organic Matter: ASTM D2974 (up to 5 samples)
- Hydraulic Conductivity (Coarse-Grained): ASTM D2434 (up to 20 samples)
- Hydraulic Conductivity (Fine-Grained): ASTM D5084 (up to 20 samples) All work must be completed within 70 calendar days of sample receipt by the lab.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quote - RFQ)
- Contract Type: Firm Fixed Price
- Set-Aside: Unrestricted
- NAICS Code: 541380 (Testing Laboratories) with a size standard of $19M
- Period of Performance: 70 calendar days from sample receipt.
- Place of Performance: Contractor's lab, with samples originating from John H. Kerr Dam Right Wing Dike, near Boydton, VA.
Submission & Evaluation
Offerors must submit both a Price Quote for each line item and a Technical Proposal electronically. The technical proposal must demonstrate the ability to meet all SOW requirements and include information listed in FAR 52.212-2. Submissions must be in Adobe PDF format, 8.5 x 11 size, no less than 10-pitch or 10-font.
- Evaluation Criteria: Lowest Price Technically Acceptable (LPTA).
- Required: Active registration in SAM.gov prior to award.
- Experience: Proof of 2-5 relevant contracts completed within the last three years. Ongoing projects are acceptable if proof of satisfactory performance can be provided.
- Lab Validation: Testing must be conducted by a USACE-validated lab; AASHTO-validated labs are suitable.
Key Dates & Contacts
- Questions Due: April 6, 2026, 4:00 PM EDT
- Quotes Due: April 14, 2026, 2:00 PM EDT
- Award Projection: Around April 16-17, 2026
- Submit to: 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)