SOURCES SOUGHT FOR DESIGN-BID-BUILD, DREDGING AT FUEL PIER, ANZIO BEACH SANDBAR AND UTAH BEACH SANDBAR, JOINT EXPEDITIONARY BASE LITTLE CREEK-FORT STORY (JEBLC), VIRGINIA BEACH, VIRGINIA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic is conducting a Sources Sought to identify eligible small business firms capable of performing Design-Bid-Build dredging services at Joint Expeditionary Base Little Creek-Fort Story (JEBLC), Virginia Beach, Virginia. This market research aims to determine if a set-aside procurement is in the Government's best interest for a project estimated between $10,000,000 and $25,000,000. Responses are due by April 30, 2026.
Scope of Work
The project involves comprehensive dredging operations at the JEB Little Creek Fuel Pier, Anzio Beach Sandbar, and JEB Fort Story Utah Beach Sandbar. Key tasks include:
- Dredging material using a standard clamshell bucket and transporting it via scow/barge.
- Hydraulically unloading dredged material to create Berm Areas #3 through #10.
- Debris and vegetation removal (brush, shrubs, trees) with offsite disposal.
- Dredged material dewatering and containment measures.
- Grading to create berms and planting vegetation for stabilization.
Contract & Timeline
- Type: Sources Sought (market research for potential Design-Bid-Build contract)
- Magnitude: Between $10,000,000 and $25,000,000
- NAICS Code: 237990 (Dredging and Surface Cleanup Activities)
- Small Business Size Standard: $37,000,000
- Anticipated Award: September 2026
- Response Due: April 30, 2026, by 2:00 P.M. local time
- Published: April 15, 2026
Set-Aside & Eligibility
This is market research to determine the appropriate acquisition method. All small businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB), certified HUBZone, certified 8(a), Women-Owned Small Businesses (WOSB), and other small businesses, are encouraged to respond. Large business submittals will not be considered. If a set-aside is implemented, the contract will include RFO 52.219-14, Limitations on Subcontracting, requiring the small business concern to perform at least 15% of the contract cost (excluding materials).
Submission & Evaluation
Interested sources must respond using the provided "Sources Sought Contractor Information Form" and "Project Information Form." Submissions must include:
- Contractor information (UEI, CAGE Code).
- Type of business (small business status).
- Bonding capacity (per project and aggregate).
- A minimum of three (3) and a maximum of five (5) relevant construction projects, 100% completed within the last five years. Projects must demonstrate experience with dredging 2500 CY/Day or greater, approximately 200,000 cubic yards of clamshell dredging, hydraulic unloading, dewatering, and berm/dune construction with vegetating. Experience of proposed subcontractors is generally not considered, with specific exceptions for small business first-tier subcontractors under 13 CFR 125.2(g).
Responses must be submitted electronically to Angela Clifton at angela.j.clifton2.civ@us.navy.mil, with a 4Mb attachment limit. Responses received after the deadline or without required information will not be considered.
Additional Notes
This is a Sources Sought notice only and not a Request for Proposal. No specifications or drawings are available at this time. The Government will not pay for any information received.