SOURCES SOUGHT
Z -- Maintenance Dredging of the Winter Harbor Federal Navigation Channel
- Notice Date
- 10/17/2025 4:50:22 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
- ZIP Code
- 23510-1096
- Solicitation Number
- W9123626BA002
- Response Due
- 10/31/2025 11:00:00 AM
- Archive Date
- 11/15/2025
- Point of Contact
- Luke Hedlund, Tiffany Kirtsey
- E-Mail Address
-
luke.d.hedlund@usace.army.mil, tiffany.n.kirtsey@usace.army.mil
(luke.d.hedlund@usace.army.mil, tiffany.n.kirtsey@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Norfolk District, U.S. Army Corps of Engineers, is anticipating a future procurement for a Firm, Fixed Price Construction Contract for Maintenance Dredging of the Winter Harbor Federal Navigation Channel located in Mathews County, Virginia. Description of Work: The U.S. Army Corps of Engineers Norfolk District is seeking qualified and experienced firms capable of performing maintenance dredging of shoaled areas from the Winter Harbor Federal Navigation Channel located in Mathews County, Virginia by hydraulic pipeline method with placement of the dredged material in the unconfined Government-furnished shoreline placement area located north of the channel. The base work will include dredging sandy material between Stations 30+00 and 78+00 to a required depth of -7.0 feet mean lower low water (MLLW) with 1-foot of allowable overdepth, for a total project depth of -8.0 feet MLLW in the pay prism. The hydraulic pipeline pumping distance from the dredging area to the shoreline placement area will be approximately 10,500 linear feet. Dredging will be required for the full channel width from Stations 30+00 to 40+00 and 50+00 to 78+00, and the full channel width plus a 25-foot overcut from Station 40+00 to 50+00 on the north side of the channel and from Station 42+00 to 50+00 on the south side of the channel to remove a significant shoaled area which is blocking the entrance to Winter Harbor. The project will require the dredging of approximately 130,000 CY of material, including estimated accretion to December 2026 and allowable overdepth. The contract is anticipated to be structured with a Base Bid only. The Base Bid will include mobilization and demobilization of all necessary equipment to perform the work and hydraulic pipeline dredging with direct placement in the unconfined Government-furnished shoreline placement area located north of the channel. In accordance with FAR 36.204(f), the estimated construction price range for this project is between $1,000,000 and $5,000,000. NAICS Code 237990 � Other Heavy and Civil Engineering Construction applies. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Construction Time: The work will commence within 30 calendar days of receipt of Notice-to-Proceed (NTP); construction period of performance will be approximately 150 calendar days from issuance of the NTP. An environmental time of year restriction will only allow for dredging between December 1 and May 31 of any given year. Definitive Responsibility Criteria: This requirement will use Definitive Responsibility Criteria (DRC) which are specific and objective standards established to inform the Contracting Officer, in accordance with FAR 9.104-2. These criteria will be used to assess whether the apparent low bidder can demonstrate the expertise and specialized facilities needed for adequate contract performance. The inability of a contractor otherwise eligible for award to demonstrate minimally acceptable experience as measured by the DRC may result in the Contracting Officer determining the contractor is not responsible. The Definitive Responsibility Criteria will be developed to assess the following work items: Experience in performing a hydraulic pipeline dredging job in bay and coastal environments of a minimum of 50,000 cubic yards (cy) within the past five years. Experience in the placement of dredged material within a designated shoreline environment similar to the magnitude of this project within the past five years. Experience in performing jobs similar in nature, complexity and magnitude to this project within the past five years. Sources are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $37,000,000. SURVEY OF THE DREDGING INDUSTRY The following confidential survey questionnaire is designed to apprise the Corps of prospective dredging contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regard to the Maintenance Dredging of the Winter Harbor Federal Navigation Channel Project located in Mathews County, Virginia. Please provide company�s name, address, point of contact, phone number, and e-mail address. Would you be interested in bidding on the solicitation when it is issued? If the answer is No, please explain why not? Have you worked on dredging jobs similar in nature, complexity and magnitude to this project within the past 5 years? Have you managed the dredge material placement sites with the inflows similar in magnitude to this project in the past 5 years? If so, please describe the project(s) and for whom the work was performed. Indicate the dollar value of the project(s). Identify a point of contact (s) and phone number, as a reference of relevant experience. Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? What is the largest dredging contract, in dollars, on which you were the prime contractor? What is your bonding capacity per contract? What is your total bonding capacity? Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOB. Are you familiar with the safety and health requirements of EM 385-1-1? Please only include a narrative of the requested information. Additional information will not be reviewed. This Sources Sought should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issues a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request. No solicitation is currently available. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8)(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electronically to email luke.d.hedlund@usace.army.mil and Tiffany.N.Kirtsey@usace.army.mil. The responses to this Sources Sought must be submitted no later than 31 October 2025 2:00PM EDT via email to Luke Hedlund at luke.d.hedlund@usace.army.mil and cc�d to Tiffany Kirtsey at Tiffany.N.Kirtsey@usace.army.mil. The official synopsis citing the solicitation number will be issued on SAM.gov at https://sam.gov/content/home . All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov . Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. No attachments or links have been added to this opportunity.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7ab980a61d844605a933822a0ce5d3a9/view)
- Place of Performance
- Address: Onemo, VA 23130, USA
- Zip Code: 23130
- Country: USA
- Zip Code: 23130
- Record
- SN07621986-F 20251019/251017230034 (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 |