Loading...
N4008526R0153
Response Deadline
May 13, 2026, 6:00 PM(EDT)14 days
Eligibility
Contract Type
Sources Sought
SOURCES SOUGHT FOR BULKHEAD REPAIRS S50S AND T PIER DEMOLITION NAVAL STATION NEWPORT, NEWPORT, RHODE ISLAND
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 Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Bulkhead Repairs S50S and T Pier Demolition Naval Station Newport, Newport, Rhode Island.
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:
The project will be prepared in one package, under one contract.
Bulkhead Repairs S50S and T Pier Demolition Naval Station Newport, Newport, Rhode Island
Base Bid ST18-1985:
This project will repair by replacement of the southern portion of S50 and associated stormwater system infrastructure. Bulkhead S50 South/LNG is the most southern portion of a larger shoreline bulkhead system constructed to stabilize the upland area and support the shore facilities and infrastructure in the Coddington Cove area of Naval Station Newport.
This project will protect the embankments and shore structures from erosion and prevent further bulkhead damage from wave action. This project shall meet all aspects of the applicable EPA Record of Decision (ROD) for the CERCLA/IR Superfund Site, Site 19 and meet the requirements of the Federal Facility Compliance Agreement the Navy has made with the EPA.
Bulkhead S50 South (LNG) consists of approximately 686 LF of steel sheet-pile and 193 LF of rip-rap. The existing bulkhead and rip-rap is currently in disrepair. This project proposes to repair the damaged sheet-pile wall by replacing it with a new steel sheet-pile system that will include a wale system connected to a sheet-pile deadman anchor. The new system will be coated with a macro epoxy to help prevent corrosion. The rip-rap portion of S50 South/LNG will be replaced in kind to maintain shoreline stability.
Option 1- T-Pier Demolition:
The project includes the demolition of the T-Pier (Facility #S528) located in the waterfront area of Coddington Cove (CC), Naval Station Newport. The T-Pier (Transit Shed Pier) is constructed of fill material surrounded and supported by steel sheet-pile bulkhead. Demolition shall include removal and disposal of concrete slab atop of the facility. Soil/fill within the structure will be excavated and disposed. Sediment/fill below the waterline shall be excavated/dredged and disposed. The steel sheet-pile bulkhead and structural supports, shall be cut 2 feet below the mudline and disposed. Project shall include removal of associated infrastructure located within or around the T-Pier (e.g. mooring dolphins, steel piles, utilities etc.).
The total estimated magnitude of construction for this contract is between $25,000,000 and $100,000,000.
This is a new procurement. It does not replace an existing contract. No prior contract information exists.
The anticipated award of this contract is September 2026.
The North American Industry Classification System (NAICS) Code for this project is 237990, Other Heavy and Civil Engineering Construction, and the Small Business Size Standard is $45,000,000.
If the resulting solicitation is set aside for small businesses firms, it will include RFO 52.219-14, Limitations on Subcontracting. 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:
1. Contractor Information: Provide your firm’s contact information including Unique Entity Identifier (UEI) and CAGE Code.
2. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern.
3. Construction Experience: Submit a minimum of three (3) up to a maximum of five (5) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope, and complexity. With the exception of 13 CFR 125.2(g) below, experience of proposed subcontractors will not be considered. Furthermore, the Offeror’s experience as a subcontractor will not be considered.
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 repair/replacement, the final construction cost, and addresses how the project meets the 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 ten (10) years prior to the sources sought submission due date.
A relevant project is further defined as:
Size: A final construction cost of $30,000,000 or greater.
Scope: Demonstrate experience with new construction or repair/replacement of Waterfront related structures.
Complexity: Relevant Waterfront related projects shall demonstrate experience with elements as shown below:
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.
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 13 May 2026 by 2:00 P.M. local time. The submission package shall ONLY be submitted electronically to Catharine Keeling at catharine.a.keeling.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 catharine.a.keeling.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