Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2026 SAM #8887
SOURCES SOUGHT

Z -- SOURCES SOUGHT Craney Island Rehandling Basin Dredging

Notice Date
3/25/2026 6:35:10 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
W91236-26-B-A012
 
Response Due
4/8/2026 11:00:00 AM
 
Archive Date
04/23/2026
 
Point of Contact
George Jackson, Phone: 7572017712, Tiffany Kirtsey, Phone: 7572017132
 
E-Mail Address
george.jackson@usace.army.mil, tiffany.n.kirtsey@usace.army.mil
(george.jackson@usace.army.mil, tiffany.n.kirtsey@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE Craney Island Rehandling Basin Maintenance Dredging Portsmouth, Virginia THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS NOTICE IS FOR MARKET RESEARCH PURPOSES ONLY. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Norfolk District, is conducting market research to identify qualified and interested firms capable of performing maintenance dredging and debris removal at the Craney Island Rehandling Basin located in Portsmouth, Virginia. The Government anticipates a future procurement for a firm-fixed-price construction contract. The applicable North American Industry Classification System (NAICS) code is 237990 � Other Heavy and Civil Engineering Construction, with a corresponding small business size standard of $37 million. In accordance with FAR 36.204, the estimated magnitude of construction is between $5,000,000 and $10,000,000. Description of Work The work consists of maintenance dredging, dredged material placement by hydraulic dredge and pipeline, and debris removal at the Craney Island Rehandling Basin. The project is located on the southeast side of the Craney Island Dredged Material Management Area (CIDMMA), adjacent to the Norfolk Harbor Channel in Portsmouth, Virginia. Maintenance dredging and debris removal will occur in the following areas: North Access Channel to a depth of -18 feet MLLW South Access Channel to a depth of -18 feet MLLW Debris Channel to a depth of -9 feet MLLW Rehandling Basin to a depth of -20 feet MLLW Optional bid items will include increased dredging depth within the Rehandling Basin to a depth of -23 feet MLLW. The estimated quantity for the base work is approximately 260,000 cubic yards of dredged material, including allowable overdepth and accretion. Debris such as wire, rope, steel, and wood is anticipated during dredging operations and must be managed and removed by the contractor. All dredged material shall be hydraulically placed at the Government-furnished upland placement site within the Craney Island Dredged Material Management Area. Construction Duration The contractor shall commence performance within 15 calendar days after receipt of the Notice to Proceed (NTP) and complete all work within 180 calendar days. There are no known dredging restrictions associated with this project. Survey of the Dredging Industry Interested firms are requested to respond to the following: Provide company name, address, point of contact, phone number, and email address. Indicate whether your firm would be interested in submitting a proposal for this requirement. If not, please explain why. Describe your firm�s experience performing dredging projects of similar size and scope. Include project descriptions, customers, contract values, dredging quantities, and dredge plant utilized. Identify the type of dredge plant and supporting equipment your firm owns and/or operates that is suitable for this requirement. Describe your firm�s experience managing upland dredged material placement sites with similar inflow volumes. Indicate whether your firm would propose as a prime contractor, as part of a joint venture, or with subcontractors. Provide your firm�s bonding capacity (single and aggregate). Identify your firm�s business size and socio-economic status (e.g., Large Business, Small Business, 8(a), HUBZone, SDVOSB, WOSB). Submission Instructions Responses shall be limited to a narrative addressing the above questions. Additional information will not be reviewed. This notice is for planning purposes only and shall not be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not reimburse any costs incurred in responding to this notice. The Government will use the information received to determine the appropriate acquisition strategy, including consideration of potential small business participation. Responses shall be submitted via email to: George Jackson, Contract Specialist george.jackson@usace.army.mil CC: Tiffany N. Kirtsey, Contracting Officer tiffany.n.kirtsey@usace.army.mil Responses are due no later than April 8, 2026 at 2:00 PM Eastern Time. Additional Information The official synopsis citing the solicitation number, if issued, will be posted on SAM.gov at: https://sam.gov All prospective contractors must be registered in the System for Award Management (SAM) database prior to award. Information regarding registration is available at: https://www.sam.gov No attachments or additional documents are provided with this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/774000ecd39d44128735cf94ba18eeb9/view)
 
Place of Performance
Address: Portsmouth, VA 23703, USA
Zip Code: 23703
Country: USA
 
Record
SN07757569-F 20260327/260325230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.