THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME.
The U.S. Army Corps of Engineers – Norfolk District (NAO) is anticipating a future procurement for a firm-fixed-price services contract for Norfolk Harbor Environmental Services for the Collection, Analysis, and Evaluation of Dredged Material in the Lower Chesapeake Bay and Tributaries in Virginia.
Description of Work:
The U.S. Army Corps of Engineers – Norfolk District (USACE), is performing the market research regarding sources with experience and capability performing collection, analysis, and evaluation of dredged material in accordance with the Marine Protection, Research, and Sanctuaries Act (MPRSA), Section103.
The work includes collection and evaluation of dredged material from deep- draft Federal navigation channels located in unprotected marine environments subject to high volume deep-draft navigation traffic including commercial and national defense navigation interests. This work entails performing grab and core sampling of dredged material for evaluation in accordance with the Marine Protection, Research, and Sanctuaries Act, Section 103 (MPRSA) consisting of sediment, site water, elutriate, and eco-toxicological (i.e. water column bioassays, whole sediment bioassays, and bioaccumulation studies) samples.
In addition to dredged material evaluations, related services not foreseen prior to the contract may be required to complete the dredged material evaluation, project dredged material management plans or comply with other policy and regulatory requirement. The related services consists of but are not limited to placement site characterizations, dredged material discharge modeling (fate/mixing), current modeling and monitoring (drogue studies) in support of fate modeling, ecological and human health risk assessment associated with dredged material placement, dredged material management plans, placement site inspections, site sampling (e.g. physical, chemical, and biological), placement site management and monitoring plans, remedial planning and investigations, contaminant pathway analyses and investigations, environmental compliance monitoring, permitting, wetland delineations and compensation plans, resource management planning, conservation planning, and pollution prevention plans.
The dredged material evaluations will characterize navigation projects with varying volumes of dredged material between 100,000 and 12,000,000 cubic yards of dredged material. The total number of required samples required for each dredged material evaluation will be based on coordination with regulatory agencies. The Government anticipates that it will require the contractor(s) to manage up to three (3) separate dredged material evaluations concurrently. The work requires the contractor to batch samples for concurrent eco- toxicological testing with reference sediment samples.
The geographic scope of the navigation channels will include the Atlantic Ocean Channel, Thimble Shoals Channel, Cape Henry Channel, York Spit Channel, Rappahannock Shoals Channel, and the navigation channels encompassed within Hampton Roads, Elizabeth River, James River and other tributaries within Virginia.
***VERY IMPORTANT*** USACE will require that these dredge material collection, analysis, and evaluation functions be performed in strict compliance with the Marine Protection, Research, and Sanctuaries Act (MPRSA) requirements as implemented in applicable federal regulations, to include:
- MPRSA Section 103 testing protocols
- U.S. Environmental Protection Agency (USEPA) Regional Implementation Manuals
- USACE/USEPA technical guidance manuals
Sources are being sought for firms with a North American Industry Classification System (NAICS) Code 562910, Environmental Remediation Services with a Small Business Size Standard of 750 employees.
Period of Performance:
The Government anticipates awarding a contract with a five year period of performance.
INFORMATION REQUESTED FROM INDUSTRY
We are requesting interested businesses to respond to this Sources Sought notice providing the following:
General Information
- Small business-size status, if applicable
- All socio-economic categories (8(a), Hub-zone, Service-Disabled Veteran Owned Small Business, Woman Owned) in which your company belongs, if applicable
- Cage Code and UEI number
Specific Relevant Experience
- Identify all contracts previously performed by your company as the prime contractor that are similar in scope.
- For each contract provide the following:
- Agency that awarded the contract and contract number
- Total ordering capacity for the contract
- Time of performance of the contract
- A short narrative describing the services performed under the contract that are relevant to this Sources Sought
- The geographic area(s) covered by the contract
- The total number of task orders issued under the contract
- The range in size of the task orders that were performed (stated in cubic yards)
- Description of the extent to which multiple task orders were performed concurrently under the contract
- Description of experience, if any, coordinating with navigation stakeholders (e.g.
U.S. Coast Guard, port authorities, pilots’ associations, U.S. Navy or other military interests) to accommodate and plan for field sampling operations
-
- Description of experience, if any, performing field sample collection operations in high traffic volume deep-draft navigation channels
- Description of experience, if any, performing dredge material placement site characterization and related tasks relevant to this Sources Sought
- Description of experience coordinating evaluation results with USEPA Region III
- Description of any critical contract activities that were performed by subcontractors
Corporate Capability
- Describe your firm’s maximum laboratory capability to batch samples for concurrent eco-toxicological testing (e.g. water column toxicity, whole sediment toxicity, and bioaccumulation studies) of reference sediment and dredged material samples and/or managing of multiple task orders concurrently
Please only include a narrative of the requested information. Additional information will not be reviewed. This Sources Sought Synopsis should not be construed in any manner to be an obligation of the U.S. Army Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expand responding to this request. No solicitation is currently available.
The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs—(8)(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned.
Please submit capability packages and responses to the above questions via email to Amy Herrera Coody at amy.h.coody@usace.army.mil with a copy furnished to the Contracting Officer Tiffany (Nikki) Kirtsey at Tiffany.N.Kirtsey@usace.army.mil. Responses must be submitted no later than 20 June 2025.
The official synopsis citing the solicitation number will be issued on SAM.gov at https://sam.gov/content/home.
All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov . Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM.
No attachments or links have been added to this opportunity.