Locate Your Existing Business Registration
Please locate your business or entity by entering your CAGE Code, or UEI number and clicking the Search button.
Locate Your Existing Business Registration
Please search by CAGE Code, or UEI number
Important Dates
Posted Date: 04/24/2025
Response Date: 05/12/2025
Archive Date: 05/27/2025
More Opportunities
Solicitation Number:
W912P725S0009
Primary NAICS:
237990 - Other Heavy and Civil Engineering Construction
Notice Type:
Sources Sought
Location:
Not Provided
Set Aside:
Not Provided
SUMMARY:
This is a Sources Sought Synopsis / Request for Information (RFI). This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS RFI. No reimbursements will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. Responses to this RFI will be used by the Government to make appropriate acquisition planning decisions. The type of set-aside decisions to be issued will depend upon the responses to this sources sought synopsis.
The purpose of this RFI is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Economically Disadvantaged Women-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors.
PROJECT DESCRIPTION:
The Project (Military Ocean Terminal Concord or MOTCO) is located on Suisun Bay, 30 miles northeast of San Francisco, in Contra Costa County California. MOTCO’s infrastructure was constructed by the U.S. Navy beginning in WWII and operated as a U.S. Navy installation. The U.S. Army MOTCO began operations in 1997. Under a Base Realignment and Closure (BRAC) process, the installation was transferred to the Army in 2008. MOTCO is a Military Surface Deployment and Distribution Command (SDDC) munitions and general cargo transshipment facility. This installation is the primary West Coast common-user ammunition terminal, home to the SDDC’s 834th Transportation Battalion, and supports critical Department of Defense wartime and contingency operations throughout the Pacific Theater.
The work includes construction of a detention basin consisting of new earthen containment berms utilizing borrow material excavated and transported from a designated site on the base, installation of reinforced 40-mil polyethylene liner within the detention basin, clamshell dredging to a depth of -35 feet with 1-foot allowable paid over-depth and 1-foot allowable unpaid over-depth adjacent to wharves 2 and 3 with disposal at the detention basin, underwater relocation of large debris located within the dredging footprint, Unexploded Ordnance (UXO) screening of the dredged material down to 3 inches during the dredging operation and prior to placement within the bermed area by personnel qualified in UXO handling and removal activities, testing of the detention basin water prior to discharge to the local wastewater system.
Wharves 2 and 3 are located adjacent and within approximate survey stations 300+00 to 396+00 of the Suisun Bay Channel. Refer to the San Francisco District’s Hydrosurvey web page for specific survey stationing at https://www.spn.usace.army.mil/Missions/Surveys-Studies-Strategy/Hydro-Survey/Suisun-Bay-Channel/. The dredge material is to be screened to remove Unexploded Ordnance (UXO) down to 3 inches. The dredging work at the MOTCO site will require expertise and experience in handling Unexploded Ordinance (UXO). See the “Capabilities and Qualifications” section for additional details. Material excavated from the MOTCO site shall be handled, transported and disposed off-site by qualified personnel per EM 385-1-97 (Explosives - Safety and Health Requirements Manual) and DDESB TP 18 (Minimum Qualifications for Unexploded Ordnance (UXO) Technicians and Personnel, attached). All labor, materials and equipment to dispose and maintain an accurate record of the method of removal and disposal of the dredge material excavated from the MOTCO site is the responsibility of the contractor. Acceptance of the dredging work will be based on achieving project depth in 100 percent of the project footprint within the contract period of performance.
The dredging work is also within an area of historical importance stemming from the 1944 Port Chicago explosion disaster, which destroyed a wooden Pier, two munition cargo ships, and resulted in the deaths of 320 personnel, disproportionately African American men. Shipwreck debris remains in the dredging area as well as the potential for smaller artifacts such as human remains and personal items. Wreckage from the two ships will remain in water and be relocated in designated area in the bay outside the dredging areas.
The estimated price range for this project is $10,000,000.00 - $25,000,0000.
CAPABILITIES/QUALIFICATIONS:
Evaluation of the interested parties’ recent knowledge and experience are based on:
ADDITIONAL INFORMATION:
The North American Industry Classification System (NAICS) code is 237990 which has a small business size standard of $45,000,000. The Product and Service Code (PSC) is Z1KF.
Anticipated solicitation issuance dates are on or about June 2025. The official Synopsis citing the solicitation number will be issued on sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.
SUBMISSION REQUIREMENTS FOR SOURCES SOUGHT/REQUEST FOR INFORMATION:
Interested statements shall be limited to five pages and shall include the following information:
Submission of interest to this sources sought announcement is not a prerequisite to any potential future offerings, but participation will assist the San Francisco District in identifying sources with required capabilities. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this announcement.
Interested firms shall respond to this Sources Sought Synopsis no later than 1300 Pacific Daylight Time (PDT) on 12 May 2025. All interested firms must be registered in sam.gov to be eligible for award of Government contracts. Email your response to Lisa Ip at Lisa.I.Ip@usace.army.mil and Mary Fronck at Mary.Fronck@usace.army.mil.
EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS.
If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET
With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.