REQUEST FOR INFORMATION
THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH.
This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. The specifications for this requirement will only be available upon solicitation issuance.
Requirement:
The U.S. Army Corps of Engineer (USACE), Philadelphia District (NAP), anticipates a requirement for Inland Waterway Chesapeake and Delaware (C&D) Canal Maintenance Dredging. The estimated magnitude of this project is between $10,000,000 and $25,000,000.
Description:
Maintenance dredging under this contract will be performed at various locations along the Inland Waterway Chesapeake and Delaware Canal and Upper Chesapeake Bay portion of this project. Base work shall include dredging of the canal from Station 00+000 to Station 250+440. From Station 99+000 to Station 250+440 dredging will be required to a distance of 25 feet outside the channel limits where shoaling occurs along the channel edge within the authorized channel limits. Dredging will be required to a depth of 36’ MLLW (Datum) plus 1’ allowable overdepth within the contract work limits shown on the drawings from station 00+000 to station 250+411, with no side slopes delineated and/or paid for.
Project Environmental Window: All dredging (hopper, hydraulic, or bucket) is restricted during the period between April 1 and September 30 annually in order to minimize impacts to migratory fish.
The estimated period of performance will be 120 calendar days.
The anticipated North American Industrial Classification System (NAICS) code is 237990, Other Heavy and Civil Engineering Construction, with an SBA Size standard of $45.0M.
Survey:
The Government is issuing this notice to determine a competitive basis. This is not a solicitation and the items listed herein are subject to change or eliminated from the requirement. This survey is for market research purposes only. Only prospective contractors capable of performing this type of work should respond to this Request for Information.
Your response to this survey is requested by 2:00 PM Eastern Time, July 8, 2025. Please send by email to Connor Struckmeyer at [email protected] and Brandon Mormello at [email protected]. Include in the title "Sources Sought – Inland Waterway C&D Canal Maintenance Dredging” as the subject line in email communications. All submitted responses must be in either Microsoft Word or Adobe pdf format.
1.) Name of your firm:
2.) CAGE/Unique Entity Identifier:
3.) Point of Contact, Phone Number, and E-mail Address:
4.) List three (3) projects completed within ten (10) years of the date of this notice that demonstrates experience, as a prime contractor or subcontractor, for the construction of maintenance dredging.
a.) Project Name:
Contract Number (if applicable):
Year Completed:
Was the project completed on time?:
Prime or Subcontractor:
Type and percentage of work self-performed (based on contract value):
Dollar Amount:
General description of project:
b.) Project Name:
Contract Number (if applicable):
Year Completed:
Was the project completed on time?:
Prime or Subcontractor:
Type and percentage of work self-performed (based on contract value):
Dollar Amount:
General description of project:
c.) Project Name:
Contract Number (if applicable):
Year Completed:
Was the project completed on time?:
Prime or Subcontractor:
Type and percentage of work self-performed (based on contract value):
Dollar Amount:
General description of project:
5.) Are you a Small Business classified under the above NAICS code? If so, do you fall into a sub-category (e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)?
6.) For this requirement, what percentage of this work would you subcontract (reference FAR 52.219-14, Limitations on Subcontracting?
7.) What type of work requirements will you subcontract out to small businesses?
8.) Do you plan to subcontract to only small businesses?
9.) If the answer to question 8 is “yes”, are these small businesses with a sub-category (e.g. e.g. HubZone, 8(a), SDVOSB, WOSB, etc.)
10.) What is your bonding capacity per contract?
11.) What is your aggregate bonding capacity per contract?
12.) If this requirement is advertised, do you anticipate submitting a proposal?