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 the Chesapeake & Delaware (C&D) Canal Building Replacement Project. The estimated magnitude of this project is between $10,000,000 and $25,000,000.
DESCRIPTION:
The Chesapeake and Delaware or “C&D” Canal connects the Delaware River to the Chesapeake Bay and Port of Baltimore. The canal is maintained from a field office located in Chesapeake City Maryland. This office consists of multiple buildings and shops that are essential to the continued operation of the canal. Several of these building have reached the end of their lifecycle and need to be replaced. This project will include the demolition and consolidation of the mechanics shop, bridge shop and storage buildings.
A new building will be constructed to sever as a replacement of the buildings that are being removed. The building will be located along the east side of the project site. The building dimensions will be 60’ x 150’ with a clear ceiling height of 20’. The building will have a gable roof with the ridge running parallel to the length of the building. A pre- engineered metal building with tapered columns will be used. The columns will be enclosed with steel stud framing and gypsum board in the office areas. Vehicle and workshop areas will have propane fired heating. Office areas will be provided with air conditioning. The electrical service will be upgraded if necessary to provide power to the new building. The building will be connected into backup power from the existing diesel generator.
Work will consist of the following activities:
a. The project scope includes all work required to design and construct a 9,000 square foot maintenance building in accordance with the Request for Proposal documents including the demolition of the four existing buildings and propane storage tank currently located at the site. Utilities serving each of the buildings being demolished must be demolished to the extents defined in section 02 41 00 Demolition. Requirements stated in this contract are minimums. Innovative, creative, and life cycle cost effective solutions, which meet or exceed these requirements are encouraged. Further, the Offeror is encouraged to seek solutions that will expedite construction (panelization, pre-engineered, etc.) and shorten the schedule. The intent of the Government is to emphasize the placement of funds into functional/operational requirements. Materials and methods must reflect this by choosing the most economical type of construction allowed by code for this occupancy/project.
b. The maintenance building must be provided with Heating, Ventilation, and Air Conditioning (HVAC), electrical, communications, fire protection, life safety, plumbing systems, waste oil storage, and compressed air systems.
c. A 3,000 square foot storage shed must be designed and constructed at the location identified on the site plan. The shed design must include power and lighting.
d. The scope of work also includes civil site work consisting of site paving, installation of stormwater drainage, connection into the domestic water utility, sanitary sewer utility connection for the new maintenance building, connection of existing sanitary sewer lines into the towns sanitary sewer utility, a vehicle wash area and fire hydrants. Site work is shown in Appendix A. Site electrical work must be completed to provide the maintenance building and storage shed with power fed from the existing switch gear shed. Site telecommunications work must be completed to provide the maintenance building with connection into the existing telecommunications utilities.
e. A propane storage tank must be provided onsite and be connected to the new maintenance building and the existing propane fired generator.
The estimated period of performance will be 730 calendar days.
The anticipated North American Industrial Classification System (NAICS) code is 236220 Commercial and Institutional Building 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 1:00 PM Eastern Time, 10 February 2026. Please send by email to Eric Leach at eric.a.leach@usace.army.mil and Connor Struckmeyer at connor.a.struckmeyer@usace.army.mil. Include in the title "Sources Sought – C & D Canal Building Replacement” 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 building construction.
Project # 1
- 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:
Project # 2
- 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:
Project # 3
- 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?