REQUEST FOR INFORMATION
THIS IS A REQUEST FOR INFORMATION (RFl)/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 Army Corps of Engineers, Philadelphia District, is interested in awarding one (1) Firm Fixed Price Contract for Pennypack Creek Roosevelt Boulevard Dam Removal and Fish Passage Rock Ramp. The estimated magnitude of this project is between $1,000,000 and $5,000,000.
Description: Contract work consists of a base bid for the phased demolition and partial removal of the Roosevelt Boulevard Dam which includes salvaging the existing dam granite caps and construction of a fish passage rock ramp. Construction of the fish passage rock ramp involves placement of approximately 5,630 cubic yards of R-8 stone and 2,450 cubic yards of R-5 stone choked with R-4 stone. The base bid also includes the replacement of an existing culvert with a cast-in-place concrete culvert with a 6’ span and 3’-8” rise. Additional base work includes the installation of an 18” corrugated metal pipe (CMP) and 18” vitrified clay pipe with pre-cast concrete endwall. Ancillary work involves limited tree removal, grading, planting, and sediment and erosion control. Solicitation Number (TBD) will be issued on or about 21 July 2026 with bid opening date occurring at least 30 days after the Solicitation. The period of performance is 365 calendar days.
The anticipated North American Industrial Classification System (NAICS) code is 237990, Other Heavy and Civil Engineering Construction, with a 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, June 18, 2025. Please send by email to Molly Gallagher at Molly.Gallagher@usace.army.mil and Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil. Include in the title "Sources Sought- Pennypack Creek Roosevelt Boulevard Dam Removal and Fish Passage Rock Ramp" 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 dam removal.
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 requirment, 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 business?
8.) Do you plan to subcontract to only small businesses?
9.) If the answer to question is "yes", are these small businesses with a sub-category (e.g. HUBZone, 8(a), SDVOSB, WOSB, etc)
10.) What is your bonding capacity
11.) What is your aggregate bonding capacity?
12.) If this requirement is advertised, do you anticipate submitting a proposal?