THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. 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 Maintenance and New Dredging to be performed at Naval Station Norfolk, Norfolk, 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. 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:
Maintain Atlantic Fleet readiness by providing adequate facilities for homeported and visiting
ships at NSN. U.S. Navy ships require adequate water depths to berth at while entering and
exiting berthing spaces. It is imperative to maintain required draft depths for naval vessels to
prevent damage and unscheduled maintenance requirements to the ships.
The work includes bucket dredging of mud and silt material along with incidental related work
in accordance with the drawings and specifications at Naval Station, Norfolk, VA.
The dredging plan is as follows:
Pier 1 (North)
Pier 1 (South)
Pier 1 (South Appr)
Pier 2 (South)
Pier 2 (North)
Pier 9 (South)
Pier 9 (North)
Pier 9 (North Appr)
Pier 10 (South)
Pier 10 (South Appr)
Pier 11 (North)
Pier 11 (North Tee)
In accordance with DFARS 236.204(i), the magnitude of construction for this project is between $5,000,000 and $10,000,000.
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 2025.
The appropriate NAICS code for this procurement is 237990 – Other Heavy and Civil and Engineering Construction, and the small business size standard is $39,500,000.
If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting, which states, “The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.”
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 Data 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.
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 renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements.
Submit a minimum of two (2) 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 and scope/complexity. Experience of proposed subcontractors will not be considered. Furthermore, the offeror’s experience as a subcontractor will not be considered. Recent is defined as having been 100% completed within the last ten (10) years prior to the submission due date. A relevant project is further defined as:
Size: A final construction cost of at least $20M
Scope/Complexity: Relevant projects should demonstrate experience with bucket dredging and transportation of dredge spoils via barge that include the various elements 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.
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 11 July 2025 by 2:00 P.M. local time. The submission package shall ONLY be submitted electronically to Jake Busila at [email protected] 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 [email protected].