SOURCES SOUGHT
Y -- W912HN25S5010 - Dredged Material Containment Area (DMCA) O&M Construction IDC
- Notice Date
- 8/25/2025 6:03:12 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W074 ENDIST SAVANNAH SAVANNAH GA 31401-3604 USA
- ZIP Code
- 31401-3604
- Solicitation Number
- W912HN25S5010
- Response Due
- 9/7/2025 10:00:00 PM
- Archive Date
- 09/23/2025
- Point of Contact
- Rohan Bryan, Phone: 9126525619, Glenda CANTY, Phone: 9126525030
- E-Mail Address
-
rohan.a.bryan@usace.army.mil, glenda.a.canty@usace.army.mil
(rohan.a.bryan@usace.army.mil, glenda.a.canty@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ONLY. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Savannah District is issuing the sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990. In accordance with FAR 36.204, Disclosure of the Magnitude of the Construction Project is between $25,000,000.00 and $100,000,000.00. The anticipated Period of Performance is five (5) years After Notice to Proceed. The U.S. Army Corps of Engineers, Savannah District, is seeking information from industry to determine the availability and capability of qualified contractors to perform Dredged Material Containment Area (DMCA) construction, repair, and maintenance work. This notice is issued for the purpose of conducting market research. This is not a Solicitation Announcement, nor is it a Request for Proposal. The Government is contemplating a potential acquisition strategy and has not yet determined whether the requirement will be procured through a direct contract award, a Single Award Task Order Contract (SATOC), or another appropriate contract vehicle. The results of this market research will contribute to determining the method of procurement. The Government is seeking to identify capable firms, including small businesses, that have recent and relevant experience in performing DMCA-related construction work, such as site preparation, dike construction and repair, weir/structure rehabilitation, erosion control, grading, and general access improvements. Some task orders may be procured using either Design-Build (DB) or Design-Bid-Build (DBB) delivery methods. In DB cases, the Contractor will be responsible for both design and construction. In DBB cases, the Contractor will perform construction based on Government-furnished designs. In addition to the DMCA work, the contract may also include construction and maintenance activities at the Up River (UR) and Down River (DR) Dissolved Oxygen (DO) Injection Facilities and the Coastal Projects Office on Hutchinson Island. All work will be ordered and authorized on a task order basis, as determined by the Government. The U.S. Army Corps of Engineers, Savannah District, is seeking information from industry to determine the availability and capability of qualified contractors to perform Dredged Material Containment Area (DMCA) construction, repair, and maintenance work. This notice is issued for the purpose of conducting market research. This is not a Solicitation Announcement, nor is it a Request for Proposal. The Government is contemplating a potential acquisition strategy and has not yet determined whether the requirement will be procured through a direct contract award, a Single Award Task Order Contract (SATOC), or another appropriate contract vehicle. The results of this market research will contribute to determining the method of procurement. The Government is seeking to identify capable firms, including small businesses, that have recent and relevant experience in performing DMCA-related construction work, such as site preparation, dike construction and repair, weir/structure rehabilitation, erosion control, grading, and general access improvements. Some task orders may be procured using either Design-Build (DB) or Design-Bid-Build (DBB) delivery methods. In DB cases, the Contractor will be responsible for both design and construction. In DBB cases, the Contractor will perform construction based on Government-furnished designs. In addition to the DMCA work, the contract may also include construction and maintenance activities at the Up River (UR) and Down River (DR) Dissolved Oxygen (DO) Injection Facilities and the Coastal Projects Office on Hutchinson Island. All work will be ordered and authorized on a task order basis, as determined by the Government. Requirement: The anticipated requirement is for a construction contract that will provide for a range of construction, maintenance, and repair activities at various upland DMCAs, the two (2) DO Injection Facilities, and the Coastal Projects Office within the Savannah District�s area of responsibility. These include: DMCAs Savannah Harbor: Disposal Areas 1N, 2A, 12A, 13A, 13B, 14A, 14B, Jones/Oysterbed Island, and bird nesting islands Brunswick Harbor: Andrews Island Additional adjacent areas extending to the mean lower low water (MLLW) mark DO Injection Facilities Up River (UR) site at Plant McIntosh in Rincon, GA Down River (DR) site on Hutchinson Island in Savannah, GA Coastal Projects Office: Located on Hutchinson Island in Savannah, GA Some work may occur below MLLW, where sites are subject to tidal fluctuation and periodic inundation. Tides range between 6 and 8 feet, with spring tides reaching up to +9.0 feet MLLW. Conditions may be affected by wave action and vessel traffic from Savannah Harbor and the Atlantic Intracoastal Waterway. Contractors must ensure personnel safety and take protective measures during all operations. The Government anticipates awarding a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract with an expected effective date in late FY26. The anticipated contract period of performance is five (5) years. The contract will provide all labor, equipment, materials, and transportation necessary to perform the construction work described herein. The contract will be used to perform a range of construction, maintenance, and repair activities at the identified locations, primarily focused on the upkeep and operational readiness of existing facilities and infrastructure. Some task orders may require the Contractor to perform DB or DBB work, including preparation of design documents, engineering submittals, and construction execution based on approved designs. Some task orders may be issued as DB or DBB. In DB cases, the Contractor may be responsible for preparing design documents, engineering submittals, and executing construction based on approved designs. In DBB cases, the Contractor will execute construction based on Government-furnished designs. Task orders will be issued based on the Government�s requirements and may specify performance durations (e.g., calendar days). Representative construction and maintenance tasks may include, but are not limited to: Dike construction, raising, reshaping, and maintenance Construction and repair of roads, staging/parking areas, access ramps, and discharge points Installation and rehabilitation of stormwater and drainage systems, including weirs, gates, actuators, outfalls, and large-diameter piping Erosion control and shoreline stabilization using rock revetment and other coastal features Marine infrastructure work involving docks, piles, boat ramps, wharves, fender systems, and structural concrete or steel Vegetation and tree removal for site access, stability, or restoration Sump excavation and interior/exterior ditching Grading, material placement, compaction, and backfilling Repair or replacement of catwalks, pipeline ramps, riprap, fences, gates, and related features Debris removal and disposal (e.g., concrete, rock, rebar, soil, vegetation) Seeding, grassing, and application of herbicides or pesticides Survey and identification of underdrains, perimeter roads, and monuments Installation of temporary erosion and sediment controls See attached document for required information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a623869c7ff043dcb5e2375cba500575/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07565562-F 20250827/250825230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |