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 Maitenance Dredging of the Salem River in Salem, NJ. The estimated magnitude of this project is between $5,000,000 and $10,000,000.
Description:
Contract work will consist of Maintenance Dredging of the Salem River, NJ federal navigation channel to the authorized depth of 17 ft MLLW plus 2 ft overdepth, non-contour dredging, with the exception of the turning basin which will be 16 ft MLLW plus 1 ft overdepth. Dredging operations will clear approximately 150,000 cubic yards of fine-sand and silty sediment from the channel and turning basin. Beneficial use placement of the dredged channel sediments will be accomplished at designated locations within the US Fish and Wildlife Service’s Supawna Meadows National Wildlife Refuge, Goose Pond area. Turning Basin dredging may have a different placement area at Tilbury Island.
The contractor is required to have specialized experience since work requires the beneficial use placement of dredged sediments in sensitive marsh environments of a National Wildlife Refuge. Contractor must be able to demonstrate prior experience on dredging projects involving beneficial use placement techniques within environmentally sensitive coastal marshes and wetlands and knowledge of the dynamic conditions that exist for these placements. No dredging can occur between 1 March and 30 June due to environmental restrictions.
The estimated period of performance is 300 calander days from Notice to Proceed (NTP)
The anticipated North American Industrial Classification System (NAICS) code is 237990, Dredging and Surface Cleanup Activities, with a SBA Size standard of $37.0M.
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, November 5th, 2025. Please send by email to Molly.Gallagher@usace.army.mil and Connor Struckmeyer at Connor.A.Struckmeyer@usace.army.mil Include in the title "Sources Sought-Salem River Maitenance Dredging” 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 fifteen (15) years of the date of this notice that demonstrates experience, as a prime contractor or subcontractor, for maintenance dredging.
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 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?