Repair Ammunition Rail Trestle & Culvert, Naval Weapons Station Earle (NWSE), Colts Neck, New Jersey
ID: N4008525R2611Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

CONSTRUCTION OF HIGHWAYS, ROADS, STREETS, BRIDGES, AND RAILWAYS (Y1LB)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified small businesses to provide construction services for the repair of the Ammunition Rail Trestle and culverts at Naval Weapons Station Earle in Colts Neck, New Jersey. The project involves specialized tasks such as compaction grouting, reinstallation of degraded pipe culverts, dewatering, and coordination with Navy railroad operations, with an anticipated construction budget ranging from $10 million to $25 million. This opportunity is crucial for maintaining the operational integrity of the facility's rail infrastructure, and interested firms, particularly those that are service-disabled veteran-owned, veteran-owned, certified HUB-Zone, 8(a), or women-owned, are encouraged to submit their capabilities documents detailing relevant experience by February 27, 2025. For further inquiries, contractors can contact Mary Pool at mary.pool@navy.mil or by phone at 757-341-1650.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Facilities Engineering Command, Mid-Atlantic is issuing a Sources Sought Notice for small businesses interested in providing construction services related to the repair of the Ammunition Rail Trestle and culverts at Naval Weapons Station Earle, New Jersey. The project encompasses repairs to the railroad embankment and culverts, requiring specialized tasks such as compaction grouting, reinstallation of degraded pipe culverts, dewatering, and coordination with Navy railroad operations. Interested firms—particularly those that are service-disabled veteran-owned, veteran-owned, certified HUB-Zone, 8(a), or women-owned—are encouraged to submit capabilities documents outlining relevant experience from prior projects of similar scope and complexity, with a construction cost of $10 million or more. The anticipated construction budget is between $10 million and $25 million, and submissions are due by February 27, 2025. This notice serves as a market research tool to gauge the availability of qualified small businesses and does not constitute a request for proposals; a solicitation may follow based on the responses received.
    The "Sources Sought – Contractor Information Form" is designed for contractors to submit relevant information for government RFPs, federal grants, and state and local requests. The form collects essential details such as the contractor's DUNS number, CAGE code, firm name, address, and contact information for a point of contact (POC). It categorizes the type of business, allowing contractors to specify certifications like SBA 8(a), HUBZone Small Business, or service-disabled veteran-owned status. Additionally, the form inquires about the contractor's bonding capacity, including the surety name and maximum bonding limits for individual projects and aggregate capacity. A section for additional clarifications is provided without altering the form's content. This structured approach aids the government in assessing potential contractors' qualifications and capabilities while ensuring compliance with federal regulations and promoting inclusivity in government contracting.
    The provided document is a "Sources Sought – Project Information Form" designed for contractors to showcase relevant project experience in response to government RFPs. Each contractor must submit up to five projects, with particular emphasis on detailing their involvement as either a prime or subcontractor. The form requests essential project information, including contractor name, project number, contract details, award date, completion status, type of work, customer information, and a project description. It also inquires about the percentage of work self-performed by the contractor. By structuring responses to specific prompts, the form aims to quantify contractor capabilities and project history, ensuring due diligence in procurement processes. Ultimately, this form facilitates transparency and assists government agencies in evaluating contractors’ qualifications for future projects, particularly in the areas of construction, renovation, and repair. It emphasizes the necessity of maintaining detailed and accurate project records to support subcontracting and contracting firms’ credentials.
    This document outlines the requirements and criteria for firms interested in submitting proposals for a government construction project focused on reinforced concrete restoration and related tasks. It includes specific details such as the name of the firm, contact information, DUNS and Cage numbers, Small Business (SB) status, and project completion year. Key qualifications highlighted in the file are experience in reinforced concrete restoration, culvert repair, phasing and sequencing, cofferdam installation, compaction grouting, environmental permitting, and geopolymer mixing. Each project proposal must clearly demonstrate relevant experience and meet the stated criteria, ensuring the selected contractor possesses the necessary capabilities for successful project execution. This file serves to guide potential bidders in understanding the project's requirements and allows evaluators to assess qualifications effectively as part of the federal and local RFP process.
    Similar Opportunities
    MOTSU 25-001 Berm Repairs
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers Wilmington District, is seeking contractors for the MOTSU 25-001 Berm Repairs project at the Military Ocean Terminal Sunny Point in North Carolina. The primary objective of this project is to address deficiencies in earthen berms that serve as safety barriers for ammunition and explosive storage areas, which includes heavy tree clearing, erosion control, and significant earthwork to comply with explosive safety regulations. This project is critical for maintaining operational safety at MOTSU, with an estimated contract value between $10 million and $25 million. Interested contractors must submit their qualifications and relevant information by December 20, 2024, to the designated Army Corps contracting officials, with all submissions being treated as government property.
    MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is seeking contractors for the Military Construction Project (MILCON) P1062, which involves the design-bid-build modernization of Dry Dock 3 at the Norfolk Naval Shipyard in Portsmouth, Virginia. This project aims to enhance the structural integrity of the dry dock to withstand increased flooding conditions, including significant renovations such as the installation of a temporary cofferdam, reconstruction of the dock's floor and walls with reinforced concrete, and the construction of a new wet well and pump house. The estimated construction value exceeds $500 million, and the contract is expected to last approximately 1825 calendar days, with a complete solicitation anticipated to be released in late February 2025. Interested contractors must register with the System for Award Management (SAM) and can direct inquiries to Daniel Rocha or Stephanie Wray at the provided contact information.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility spanning approximately 60,000 square feet, which includes the demolition of existing structures and aims to enhance operational capabilities for Navy personnel. The facility will incorporate various specialized spaces, including maintenance rooms, storage areas, and administrative offices, all designed to meet stringent federal construction standards and operational requirements. Interested contractors must submit their proposals electronically by January 31, 2025, with a project budget estimated between $25 million and $100 million. For further inquiries, potential bidders can contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.
    Repair Infiltration Problem In Lift Station, B3862
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for the repair of an infiltration problem at Lift Station B3862 located at Marine Corps Air Station Cherry Point, North Carolina. The project aims to address a specific leak using hydrophobic polyurethane grout to seal a concrete joint, with an estimated cost range of $25,000 to $100,000 and a completion deadline of 90 days post-award. This initiative is crucial for maintaining the operational integrity of military infrastructure and ensuring compliance with federal wage determinations and safety regulations. Interested contractors must submit their proposals by March 5, 2025, and can contact Joanna Miller at joanna.d.miller2.civ@us.navy.mil or Ericka J. Bishop at ericka.j.bishop.civ@us.navy.mil for further details.
    USNS WASHINGTON CHAMBERS
    Buyer not available
    The Department of Defense, through the Military Sealift Command in Norfolk, is issuing a sources sought notice for the USNS WASHINGTON CHAMBERS (T AKE 11), requiring a Regular Overhaul Dry Docking Availability scheduled from December 8, 2025, to March 9, 2026, at a West Coast contractor facility. Interested firms are invited to submit a capabilities package that demonstrates their experience and qualifications under NAICS Code 336611 for Ship Building and Repair, which has a size standard of 1,300 employees; inquiries regarding partnerships or joint ventures are also encouraged. This procurement is crucial for maintaining the operational readiness of the vessel, with potential tasks including cargo repairs, maintenance, and installation services, although the detailed work scope is still being finalized. Responses are due by February 26, 2025, at 11:00 a.m. EST, and interested parties can reach out to Edward Ruhling at edward.v.ruhling.civ@us.navy.mil or Cameron Alvey at cameron.s.alvey.civ@us.navy.mil for further information.
    Great Wicomico Rehabilitation Project
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the Great Wicomico Rehabilitation Project, a construction initiative located in Virginia. This project involves the restoration of real property and falls under the category of Other Heavy and Civil Engineering Construction, with a total small business set-aside designation. The procurement process is crucial for ensuring transparency and accountability, as it involves evaluating bids from contractors, with total evaluated prices ranging from approximately $2.2 million to $2.9 million. Interested parties can reach out to Amy Coody at amy.h.coody@usace.army.mil or call 757.201.7883 for further details regarding the solicitation.
    LC-U33-Rodriguez Range-De-lead and Repair Berms on Outdoor Ranges, JEB Little Creek - Fort Story Base, Little Creek Site
    Buyer not available
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting bids for the de-leading and repair of earth berms at the Joint Expeditionary Base Little Creek - Fort Story in Virginia Beach, VA. The project involves the removal of lead and debris from impact berms, followed by compaction and restoration to original grade, ensuring compliance with environmental safety standards and operational efficiency. This initiative is crucial for maintaining military facilities while adhering to stringent safety regulations, including those set by the Virginia Department of Transportation and OSHA. Interested contractors, particularly small businesses, can contact Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or 757-462-5329 for further details, with proposals due by the specified deadline.
    Murden Shipyard Repair Services
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the repair and maintenance of the Dredge Murden at a shipyard facility in Wilmington, North Carolina. The contractor will be responsible for providing labor, materials, and services to perform extensive repairs, including dry-docking, cleaning, and compliance inspections by the American Bureau of Shipping and U.S. Coast Guard, with a contract duration of up to 90 days. This procurement is crucial for maintaining the operational integrity of the dredge, which plays a significant role in marine engineering and environmental infrastructure projects. Interested small businesses, particularly those owned by service-disabled veterans, must submit their quotes and technical proposals electronically by 3:00 PM ET on February 24, 2025, and direct any inquiries to Diana Curl or Rosalind M. Shoemaker via email.
    Cape Cod Canal, Buzzards Bay, MA ? Painting and Steel Repairs, Vertical Lift Railroad Bridge
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for painting and steel repairs on the Vertical Lift Railroad Bridge over the Cape Cod Canal in Buzzards Bay, Massachusetts. The project aims to address critical maintenance needs identified in recent inspections, including localized corrosion and deterioration of structural components, ensuring the bridge's operational integrity and safety for rail and marine traffic. This procurement is vital for maintaining infrastructure that supports public transportation and navigational safety, with the bid deadline extended to March 5, 2025. Interested contractors can reach out to Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details.
    North Atlantic Division FY25 Dredge Schedule Notification
    Buyer not available
    The U.S. Army Corps of Engineers (USACE), North Atlantic Division (NAD), is announcing the Fiscal Year 2025 dredging projects scheduled for solicitation across various districts, including Norfolk, Baltimore, Philadelphia, New York, and New England. The opportunity encompasses a range of maintenance dredging projects aimed at ensuring navigable waterways and supporting coastal infrastructure, with detailed schedules provided in accompanying documents that outline project locations, dredge types, material quantities, and timelines for advertisement and completion. These projects are critical for maintaining navigation channels and structures essential for maritime operations, with significant contracts including maintenance dredging in Newark Bay, beach nourishment efforts in Rehoboth Beach, and the Craney Island Eastward Expansion in Virginia. Interested contractors can reach out to primary contacts Brooke Patterson at brooke.l.patterson@usace.army.mil or Jason Moy at jason.n.moy2@usace.army.mil for further details, with project timelines spanning from December 2024 to March 2026.