Loading...
N4008526B0008
Response Deadline
Apr 30, 2026, 6:00 PM(EDT)14 days
Eligibility
Contract Type
Sources Sought
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.
The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency’s requirements exist.
The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic (MIDLANT) is seeking eligible small business firms capable of performing construction services for Dredging at Fuel Pier, Anzio Beach Sandbar and Utah Beach Sandbar, Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia.
All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry responses to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government’s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.
The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. No drawings or specifications will be made available at this time. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
General Work Requirements:
This project will be prepared in one package, under one contract.
This Design-Bid-Build project includes dredging of the JEB Little Creek Fuel Pier, JEB Little Creek Anzio Beach Sandbar, and JEB Fort Story Utah Beach Sandbar. Material shall be dredged using a standard clamshell bucket, placed into scow/barge and transported to and deposit near shore area. Incidental related work as follows:
1. Hydraulically unload to place dredged material from JEBLC Fuel Pier and JEBLC Anzio Beach Sand Bar to create Berm Areas #3, #4, #5, #6 and #7 including debris and vegetation removal (brush, shrubs and trees), offsite disposal of debris and vegetation, dredged material dewatering & containment measures, grading to create berms, planting of vegetation and all other ancillary.
2. Hydraulically unload to place dredged material from JEB Fort Story Utah Beach Sand Bar to create Berm Areas #8 including debris and vegetation removal (brush, shrubs and trees), offsite disposal of debris and vegetation, dredged material dewatering & containment measures, grading to create berms, planting of vegetation and all other ancillary work.
3. Hydraulically unload to place dredged material from JEB Fort Story Utah Beach Sand Bar to create Berm Areas #9 and #10 including debris and vegetation removal (brush, shrubs and trees), offsite disposal of debris and vegetation, dredged material dewatering & containment measures, grading to create berms, planting of vegetation and all other ancillary.
In accordance with DFARS Revolutionary FAR Overhaul (RFO) 236.204(i), the magnitude of construction for this project is between $10,000,000 and $25,000,000.
The anticipated award of this contract is September 2026.
The North American Industry Classification System (NAICS) Code for this project is 237990, Dredging and Surface Cleanup Activities2, and the Small Business Size Standard is $37,000,000.
The procurement method to be utilized is RFO Part 14, Sealed Bidding.
Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include RFO 52.219-14, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.
If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice.
Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Information Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration.
If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm’s small business status.
The following information shall be provided:
For each of the submitted relevant projects (a maximum of five (5) projects), ensure that the form is completed in its entirety for each project and limited to two pages per project. Ensure that the description of the project clearly identifies whether the project is new construction or a renovation, and if the square footage and final construction cost addresses how the project meets the size/scope/complexity requirements.
A relevant project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project and will not be considered; rather, Offerors shall submit the work performed under a task order as a project. Recent is defined as having been 100% completed within the last five (5) years prior to the sources sought submission due date.
A relevant project is further defined as:
Size: Completing dredging maintenance/construction work projects of 2500 CY/Day or greater.
Scope/Complexity:
Note: A relevant project does not have to demonstrate experience with each element of complexity, but instead projects submitted as a whole shall collectively demonstrate experience with all elements of complexity.
Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope /complexity and completed within the specified time period.
For purposes of evaluating capability, the “Offeror” is defined as the prime contractor that demonstrates experience on relevant projects that meet size, scope and complexity.
In accordance with 13 CFR 125.2(g), small business Offerors may utilize the experience of a small business first-tier subcontractor(s) to demonstrate experience under this capability evaluation if the Offeror cannot independently satisfy the experience requirement as defined above. In order to utilize the experience of a small business first-tier subcontractor(s), the offeror must specifically identify the proposed small business first-tier contractor(s) in its capability package in accordance with this notice. The Offeror or, if a small business Offeror, its small business first-tier subcontractor, shall have been the prime contractor on all submitted projects. The Government notes that 13 CFR 125.2(g) is specific to only small business Offerors and named small business first-tier subcontractors. As such, the small business Offeror is not permitted to use the experience of a large business subcontractor or large business corporate affiliate in place of its own if the small business Offeror cannot independently satisfy the experience requirement as defined above.
Please note that if you are responding as an 8(a) Mentor-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé agreement has been approved would be required with your proposal, if requested.
This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government’s best interest.
The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities.
Responses are due on 30 April 2026 by 2:00 P.M. local time.
The submission package shall ONLY be submitted electronically to Angela Clifton at angela.j.clifton2.civ@us.navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a "read receipt." Responses received after the deadline or without the required information will not be considered.
Questions or comments regarding this notice may be addressed by email to angela.j.clifton2.civ@us.navy.mil.
DEPT OF DEFENSE
DEPT OF THE NAVY
NAVFAC
NAVFAC ATLANTIC CMD
NAVFAC MID-ATLANTIC
NAVFACSYSCOM MID-ATLANTIC
NAVFACSYSCOM MID-ATLANTIC
9324 VIRGINIA AVENUE
NORFOLK, VA, 23511-0395
NAICS
Other Heavy and Civil Engineering Construction
PSC
MAINTENANCE OF DREDGING FACILITIES