Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2025 SAM #8759
SOURCES SOUGHT

Z -- Maintenance Dredging for Philadelphia Navy Yard, PA

Notice Date
11/17/2025 9:25:34 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008526B0002
 
Response Due
12/1/2025 9:00:00 AM
 
Archive Date
12/16/2025
 
Point of Contact
Brittany Cristelli
 
E-Mail Address
brittany.n.cristelli.civ@us.navy.mil
(brittany.n.cristelli.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTATION, OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government�s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic (MIDLANT) is seeking eligible Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses and certified 8(a) Businesses, with current relevant qualifications, experience, personnel, and capability to perform a proposed contract. The project consists of Maintenance Dredging within the North Side (Wharf N) of Reserve Basin and Schuylkill River Access Channel for the Government sites at the Philadelphia Navy Yard in the Public Works Department Pennsylvania area of responsibility. Maintenance dredging of approximately 96,611 cubic yards of sediment, using a sealed environmental clamshell bucket. Dredging within the Reserve Basin is in support of the Naval Support Activity Mechanicsburg, Philadelphia Navy Yard Annex. The Reserve Basin is being used to decommission various US Naval vessels. For the river pilots to be able to safely maneuver vessels through the Schuylkill River into the Reserve Basin berths and to ensure that tidal cycles will not cause sediment accumulation around the hulls making final removal very difficult, the berths need to be dredged to a minimum depth of -30� MLLW and a maximum over-dredge depth of -32� MLLW. Material shall be disposed as follows: 1. Bucket Dredging at Areas RB-A, RB-C AND RB-D, as shown on plans, using a sealed environmental clamshell bucket including transportation by scow (or barge) and disposal of dredge spoils at one of the following two disposal sites: Dredged materials shall be transported by bottom dumping barge or scow and disposed within the Weeks Marine Whites Rehandling Basin, located in Logan Township, Gloucester County, New Jersey; OR Dredged materials shall be transported by barge and hydraulically unloaded at the Waste Management Corporation Biles Island disposal facility located in Morrisville, Bucks County, Pennsylvania. 2. Bucket Dredging at Area RB-A 7/8, as shown on plans, using a sealed environmental clamshell bucket including transportation by scow (or barge) and hydraulically unloaded at the Waste Management Corporation Biles Island disposal facility located in Morrisville, Bucks County, Pennsylvania. Due to environmental Time of Year Restrictions, NO DREDGING shall take place between March 1 and June 30th, 2026. The project schedule will allow for dredging work to be performed 24 hours/7 days per week and will require a minimum daily production rate of 2,500 CY per day. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237990 � Other Heavy and Civil Engineering Construction, and the Small Business Size Standard is $45,000,000. In accordance with FAR 36.204, the magnitude of construction for this project is between $5,000,000 and $10,000,000. This office anticipates award of a contract for these services by the 2nd quarter in FY26. The total contract term is anticipated to be approximately 270 Days. Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008), which states that it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded. A joint venture agrees that, in the performance of the contract, 85 percent will be performed by the aggregate of the joint venture participants. In a joint venture comprised of a small business prot�g� and its mentor approved by the Small Business Administration, the small business prot�g� shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business prot�g� in the joint venture must be more than administrative functions. In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought Notice. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form and Sources Sought Project Information Form, provided as attachments to this notice. The Sources Sought Project Information Form shall be used to document a minimum of three (3) and a maximum of five (5) relevant dredging projects completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope, and complexity to the RFP. For purposes of this synopsis, relevant project is defined as follows: Size: Completing dredging maintenance/construction work projects of 2500 CY/Day or greater. Scope/Complexity: Demonstrate experience with dredging approximately 100,000 cubic yards of sediment, using a sealed environmental clamshell bucket. Ensure that the project description clearly addresses how the project meets the size and scope/complexity requirements as delineated above. A company profile shall also be included utilizing the attached Contractor Information Form. This will include the number of employees, office locations(s), Unique Entity Identifier (UEI) number, CAGE Code, and statement regarding small business designation and status. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of a solicitation. Upon review of industry response to this 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 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. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE ON 01 December 2025 by 2:00 P.M. EST. The submission package shall ONLY be submitted electronically to Brittany Cristelli via email at brittany.n.cristelli.civ@us.navy.mil 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 Brittany Cristelli.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0f1f57e267e549fb8c6310d52e333043/view)
 
Place of Performance
Address: Philadelphia, PA, USA
Country: USA
 
Record
SN07644171-F 20251119/251117230040 (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!  © 1994-2024, Loren Data Corp.