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 Engineers (USACE), Philadelphia District (NAP), anticipates a requirement for the repainting and miscellaneous steel and concrete repairs on the Chesapeake City Bridge. The estimated magnitude of this project is between $5,000,000 and $10,000,000.
Description:
Work covered under this contract include surface preparation and painting of steel; miscellaneous steel repairs; neoprene deck joint replacement; overlay a concrete slab; and removal and replacement of finger joint troughs; and all associated traffic control.
The major items of work to be performed under this contract include, but
are not limited to, the following:
- Provide all temporary traffic control in accordance with a Contractor-prepared, MDDOT approved, temporary traffic control plan.
- Prepare steel surfaces by removing all soluble salts and existing coatings to steel areas.
- Apply new coating system to repair and other steel areas as indicated on the drawings.
- Clean and maintain all scuppers on both sides of the roadway throughout the project life.
- Concrete deck repair including the main span, south and north approaches, sidewalk and curb.
- Miscellaneous steel repairs.
- Remove and replace neoprene deck joint seals.
- Remove and replace finger joint troughs and repair web holes at the locations indicated on the drawings. Work includes painting.
All Contractor activities that would impact the airgap under the bridge must be limited to one-half of the main span (in a north-south direction) at a time including when erecting the containment structure, removing paint and repainting. One half of the main span must be left unobstructed during the entire course of the contract. Upon the Contracting Officer's approval, the containment structure over the first half of the main span can be dismantled and re-erected over the second half of the main span.
The Contractor may close all bridge lanes overnight and single lanes at specific non-rush hour times during the day. Total number of bridge closures will be limited approximately 180 closures. Prior to closing the bridge all required submittals must be submitted and approved and all material needed for the above stated work must be available for use.
The estimated period of performance is 730 calendar days from Notice to Proceed NTP, but any lane closures will not be able to start until March 2027.
The anticipated North American Industrial Classification System (NAICS) code is 238320, Painting and Wall Covering Contractors, with a SBA Size standard of $19.0M.
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, December 19,th, 2025. [DS1] Please send by email to Matthew Rhoads at Matthew.T.Rhoads@usace.army.mil and Domenic Sestito at Domenic.L.Sestito@usace.army.mil. Include in the title "Sources Sought-Chesapeake City Painting and Miscellaneous Repairs” 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, repainting and miscellaneous steel and concrete repairs.
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?
[DS1]2 weeks from date of when we post.