Federal Contract Opportunity

Last Updated on 28 Feb 2025 at 4 PM
Solicitation
Hampton Virginia

Thimble Shoal Maintenance Dredging

Details

Solicitation ID W9123625X134I
Posted Date 28 Feb 2025 at 4 PM
Response Date 31 Dec 2025 at 5 AM (estimated)
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W2sd Endist Norfolk
Agency Department Of Defense
Location Hampton Virginia United states

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Xerox Corporation

Shawnee mission Bettendorf Belton San juan Albuquerque Lexington park Miami lakes Oakland Montgomery El segundo Harrisburg Seattle Sacramento Hialeah Miami Salt lake cit Honolulu Memphis Las vegas Spokane Tampa Stamford East rocheste Dayton Kenner Morris plains Peoria Champaign Camp hill Bellevue Cincinnati Fremont Tempe El paso Pasadena Knoxville Park ridge Madison Elizabethtown Mc lean Norfolk Charlotte San antonio Anchorage Leesburg Frederick Saint petersb Boston Arlington Blauvelt Wilmington Ridgeland Southfield Philadelphia Waltham Lutherville ti Atlanta Medford Herndon Fort wayne Baltimore Mclean Horsham Dublin Saint petersbu Denver Webster East rochester Tulsa Fresno Syracuse Saint louis Saint petersburg Orlando Beaumont Salt lake cy Rosemont Pittsburgh Hartford Chicago Portland Marlton Frenchtown Los angeles Fort worth Lexington Rochester Springfield Woodbury Houston St petersburg Coppell Boise Ft washington Norwalk Wilsonville Jefferson city Birmingham East hartford Palo alto Santa fe springs Irvine Washington Tucson Somis Ann arbor Santa fe sprin San bernardino Safford Topeka Irving Lewisville Tarrytown San jose Brookfield Chattanooga Hillside Huntsville Vienna Santa clara Minneapolis Phoenix Salisbury Santa ana E. rochester Louisville Monrovia Cleveland Des plaines Fayetteville Pensacola New york St. petersburg Oklahoma city Little rock Dallas San diego Raleigh Richmond Austin San francisco East lansing Arbuckle Santa rosa Carrollton Hinsdale Salt lake city Colorado spgs Fairfax Charleston Indianapolis Englewood Savannah Jacksonville Roanoke Des moines Tukwila Carol stream Princeton Orange Columbia

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Immixtechnology Incorporated

Mc lean Mclean Fountain valley

Sign up to access Documents

Signup now

02/28/2025: Revision

USACE Norfolk District is considering an expedited solicitation period as contemplated by the FAR 14.202-1 (b). The planned solicitation date is on or about 12 March  2025. The award of the subsequent contract is planned on or about 2 June 2025. 

Period of performance will depend on the final scope solicited. 

Solicitation No. TBD

Thimble Shoal Maintenance Dredging

Hampton Roads, VA

This is a pre-solicitation notice.  This is NOT a solicitation.  Do NOT submit proposals or questions in response to this notice. 

It is anticipated that the solicitation will be posted on Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ on or about April 2025. The solicitation is anticipated to be posted for 30 calendar days.

The U.S. Army Corps of Engineers (USACE) Norfolk District (NAO) intends to issue an Invitation for Bid (IFB) acquisition for the Maintenance Dredging at Thimble Shoal, Hampton Roads, Virginia. This procurement will be conducted in accordance with FAR Part 14, Invitation for Bid (IFB).

The Government intends to award a firm-fixed-price (FFP) contract. The requirement will be solicited as unrestricted. The applicable NAICS code is 237990, Other Heavy and Civil Engineering Construction (Dredging and Surface Cleanup Activities), with a small business standard of $37 million.

In accordance with DFARS 236.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of construction is between $25,000,000 and $100,000,000.

DESCRIPTION OF WORK

The Norfolk District, U.S. Army Corps of Engineers, is seeking eligible firms capable of performing maintenance dredging by hopper dredge, mechanical dredge, or a combination of the two in the Thimble Shoal Channel (part of the Norfolk Harbor Federal Navigation Project). The segments are being dredged to required depth of -56 feet MLLW. One foot of allowable overdepth dredging will be considered as part of the contract dredging pay prism. Minor areas of new work dredging may be encountered when performing maintenance dredging. Dredged material generated by the project is expected to be transported and placed within the cells at the Dam Neck Ocean Disposal Site (DNODS). Dredging is estimated to generate approximately 1,000,000 to 1,500,000 cubic yards of pay volume. The Contractor shall be responsible for the following: dredging within the designated areas to the proposed required and allowable pay depths, transporting the dredged material to the DNODS, discharging the material by bottom dump method into the designated Government-furnished placement site, performing pre-placement and post-placement surveys of the cells utilized at DNODS, and communicating with the Port of Hampton Roads maritime users to minimize impacts to vessel traffic, adjacent structures, and other dredging operations.

The construction completion date will be approximately 325 calendar days from the issuance of Notice to Proceed (NTP).

Contractors will be required to submit bid bonds documents with the proposal. The successful awardee will be required to provide 100% payment and performance bonds for the project.

The effort will be solicited and awarded utilizing the Sealed Bid procedures under FAR Part 14.

Anticipated solicitation issuance time frame is on or about April 2025.

THIS PROJECT IS AN UNRESTRICTED PROCUREMENT SEALED BID.

The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. In addition, the awardee must be found responsible in accordance with FAR 9.1. The below Pre-Award Survey Information will be requested of the apparent low offeror. This information is not required to be responsive to the Invitation for Bid.

a) Current commitments and expected dates of completion.

b) One (1) signed bank reference demonstrating adequate financial resources. If bidder’s firm has a line of credit – provide information on how many figures bidder can borrow against the line of credit (i.e. medium 6 figures – exact line of credit is not required).

c) The bidder shall provide the latest three (3) complete fiscal year financial statements for the prime contractor, certified by an independent accounting firm, if practicable, or signed by an authorized officer of the organization. Submit evidence of availability of working/operating capital, which will be used for the performance of the resultant contract. For Joint Venture arrangements, submit the latest three complete fiscal year financial statements for each company in the Joint Venture and discuss the financial responsibilities among the companies. The Government may also utilize Dun & Bradstreet reports to evaluate the financial capacity of the bidder.

This notice does not constitute an invitation for bid. The IFB and accompanying documents will be issued electronically and will be uploaded to the Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/ on or about April 2025. Notification of any changes to this pre-solicitation will only be made on this website. Therefore, it is the offerors responsibility to check the website regularly for any posted changes to the pre-solicitation notice, release of the solicitation, specification, drawings, and all subsequent amendments. Telephone calls or written requests for the IFB package will NOT be accepted. Prospective bidders are responsible for monitoring at https://piee.eb.mil/ to respond to the solicitation and any amendments or other information regarding this acquisition.

IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. No hard copies will be available.

Prospective bidders are responsible for monitoring SAM.gov to respond to the solicitation and any amendments or other information regarding this acquisition. Prospective bidders are required to be registered in SAM when submitting an offer and shall continue to be registered until time of award, during performance, and through final payment of any contract.

NOTE: Online Representations and Certifications Applications apply to this solicitation.

Inquires must be directed to Projnet in accordance with the forthcoming Solicitation document.

Similar Opportunities

Hampton Virginia 31 Dec 2025 at 5 AM (estimated)
Hampton Virginia 31 Dec 2025 at 5 AM (estimated)
Norfolk Virginia 14 Apr 2026 at 4 AM (estimated)
York Pennsylvania 24 Jul 2025 at 3 PM
York Pennsylvania 24 Jul 2025 at 4 AM (estimated)