Opportunity

SAM #N4008526B0008

NAVFAC Mid-Atlantic Seeks Small Businesses for Dredging and Berm Construction at JEB Little Creek-Fort Story

Buyer

Naval Facilities Engineering Systems Command Mid-Atlantic

Posted

April 15, 2026

Respond By

April 30, 2026

Identifier

N4008526B0008

NAICS

238910, 237990

This opportunity seeks qualified small business firms for a major dredging and berm construction project at a key Navy installation in Virginia Beach, VA. - Government Buyer: - Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic (MIDLANT), Department of the Navy - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Dredging services at Fuel Pier, Anzio Beach Sandbar, and Utah Beach Sandbar at Joint Expeditionary Base Little Creek-Fort Story - Use of conventional clamshell bucket for dredging - Transport of dredged material via scow/barge - Hydraulic unloading and placement of material to create berm areas - Debris and vegetation removal - Offsite disposal of materials - Dewatering and containment of dredged material - Grading and planting of vegetation for stabilization - Quantities and Scope: - Handling approximately 200,000 cubic yards of sediment - Demonstrated experience with dredging projects of 2,500 cubic yards per day or greater - Unique or Notable Requirements: - Experience with berm and dune construction and stabilization - Project magnitude estimated between $10,000,000 and $25,000,000 - Procurement is set aside for small business concerns, including SDVOSB, HUBZone, 8(a), and WOSB firms - Sealed bidding under RFO Part 14 - Place of Performance: - Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, VA - Contracting Office: - NAVFACSYSCOM MID-ATLANTIC, 9324 Virginia Avenue, Norfolk, VA 23511-0395

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposal. There will not be a solicitation, specifications, or drawings available at this time.

The purpose of this notice is to conduct market research to identify if sources capable of fulfilling this agency’s requirements exist.

The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic (MIDLANT) is seeking eligible small business firms capable of performing construction services for dredging at Fuel Pier, Anzio Beach Sandbar, and Utah Beach Sandbar, located at Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia.

All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), and small businesses are encouraged to respond. After reviewing industry responses to this sources sought notice, the Government will determine whether a set-aside procurement is in its best interest, instead of full and open competition. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.

The information provided in this notice is subject to change, and in no way binds the Government to solicit or award a contract. No drawings or specifications will be made available at this time. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not will be communicated via pre-solicitation synopsis or solicitation, as applicable. All submitted information will be kept confidential and used solely for its intended purpose.

General Work Requirements:

This project will be prepared as one package under a single contract.

This Design-Bid-Build project includes dredging of the JEB Little Creek Fuel Pier, JEB Little Creek Anzio Beach Sandbar, and JEB Fort Story Utah Beach Sandbar. Material shall be dredged using a standard clamshell bucket, placed into a scow or barge, transported, and deposited nearshore. Incidental related work includes:

Hydraulically unloading to place dredged material from JEBLC Fuel Pier and JEBLC Anzio Beach Sandbar to create Berm Areas #3, #4, #5, #6, and #7, including debris and vegetation removal (brush, shrubs, and trees), offsite disposal of debris and vegetation, dredged material dewatering and containment measures, grading to create berms, planting vegetation, and all other ancillary work. Hydraulically unloading to place dredged material from JEB Fort Story Utah Beach Sandbar to create Berm Area #8, including debris and vegetation removal, offsite disposal, dewatering, grading, planting, and other related work. Hydraulically unloading to place dredged material from JEB Fort Story Utah Beach Sandbar to create Berm Areas #9 and #10, including debris and vegetation removal, disposal, dewatering, grading, planting, and ancillary work.

In accordance with DFARS Revolutionary FAR Overhaul (RFO) 236.204(i), the estimated construction magnitude is between $10,000,000 and $25,000,000.  

The anticipated contract award date is September 2026.

The NAICS code for this project is 237990, Dredging and Surface Cleanup Activities, with a small business size standard of $37 million.

The procurement method will be RFO Part 14, Sealed Bidding.

If the solicitation is set aside for small businesses or 8(a) concerns, the contract will include FAR 52.219-14, Limitations on Subcontracting, requiring a small business concern to perform at least 15% of the contract's cost, excluding materials, with its own employees.

If insufficient interest is received from small businesses, the solicitation will be issued as unrestricted without further notice.

Interested sources should respond using the provided forms titled Sources Sought Contractor Information Form and Project Information Form. These forms are required; incomplete submissions may disqualify your firm.

For responses as a mentor-protégé joint venture under the 8(a) program, SBA approval of the mentor-protégé agreement must be provided to be considered small for this procurement. For more information, visit http://www.sba.gov/. Responses must include verification of the firm’s small business status.

Required Information: Contractor Information: Contact details, Unique Entity Identifier (UEI), and CAGE Code. Type of Business: Indicate if your firm is a Small Business, SBA certified 8(a), HUBZone, Service-Disabled Veteran-Owned, Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business. Bonding Capacity: Provide surety’s name, maximum bonding capacity per project, and total bonding capacity. Construction Experience: Submit 3 to 5 relevant projects demonstrating experience in similar size, scope, and complexity. Experience of subcontractors will not be considered unless under specific conditions.

For each project, complete the form fully, limit to two pages, and clearly identify whether it is new construction or renovation, including square footage and final cost to demonstrate relevance.

A relevant project is defined as a construction project performed under a single task order or contract, completed within the last five years, involving dredging of at least 2,500 CY/day, with experience in dredging approximately 200,000 cubic yards, onsite dewatering, berm/dune construction, and vegetation stabilization.

Note: Projects do not need to demonstrate experience with all elements but should collectively demonstrate experience with all elements of complexity.

Capability will be evaluated based on projects that meet size, scope, and complexity criteria and are completed within the specified timeframe.

Small business Offerors may use the experience of first-tier small business subcontractors if they cannot independently satisfy experience requirements, provided the subcontractors are identified and the Offeror was the prime on those projects.

If responding as an 8(a) Mentor-Protégé, indicate the percentage of work to be performed by the protégé and include SBA approval documentation if requested.

This market research aims to assess the availability of small business sources before proceeding with acquisition. Responses will inform whether a set-aside is appropriate. The Capabilities Statement is not a proposal but helps tailor future requirements. Submission deadline is April 30, 2026, by 2:00 P.M. local time.

Submit responses electronically to angela.j.clifton2.civ@us.navy.mil, limited to 4MB. Requests for read receipts are encouraged. Late or incomplete responses will not be considered.

Questions can be directed via email to the same address.

View original listing