SOURCES SOUGHT NOTICE
FOR
Hatteras Ferry-Rollinson Channel and Big Foot Slough Channel-Silver Lake Harbor
2025 Subsurface Investigation and Geotechnical Laboratory Testing
Dare and Hyde Counties, North Carolina
This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award.
The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to perform Subsurface Investigation and Geotechnical Laboratory Testing for the Government.
Description of Work:
The Contractor shall furnish all services, labor, equipment, supplies, tools and incidentals necessary to perform vibracore sampling, development of drilling logs, laboratory testing of soils, and other services as specified herein. A total of 71 x vibracores are to be drilled for two navigation channel projects, Hatteras Ferry-Rollinson Channel located in Dare County, NC and Big Foot Slough-Silver Lake Harbor in Hyde County, NC.
A total of 36 x vibracore are to be drilled within proposed navigation corridors located in the vicinity of Hatteras Ferry Channel and Rollinson Channel (Figures 1, 3, and 4). Within the investigation area, the bathymetry ranges from about 0 ft. to -15 ft. MLLW and greater.
A total of 35 x vibracore are to be drilled within proposed navigation corridors located in the vicinity of Silver Lake Harbor and Big Foot Slough Channel (Figures 2, 5, and 6). Within the investigation area, the bathymetry ranges from about 0 ft. to -15 ft. MLLW and greater.
The vibracores shall be drilled in 10- and 20-foot lengths. The maximum project depth for the proposed navigation corridors is -14 feet MLLW. If the vibracores penetrate deeper than -14 MLLW, the cored sediments will still be visually classified, photographed, and may be tested. The results from this subsurface investigation will be utilized to identify the material characteristics to gain environmental clearance for modification of the navigation corridor. Characterization of the shoals is required to identify the most appropriate dredged material disposal strategy
All interested firms with NAICS 541360 – Geophysical Surveying and Mapping Services, as an approved NAICs code have until 19 February 2025 at 1500 EST to submit the following information:
- GENERAL INFORMATION:
- Name & Address of your Firm
- Point of Contact (Name/Phone/E-mail)
- SAM Unique Entity ID. (The Unique Entity ID is a 12-character alphanumeric ID assigned to an entity by SAM.gov)
- Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business.
NOTE: Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM, and VA Certification of VOSB and SDVOSB’s through the Vendor Information Pages at https://vip.vetbiz.va.gov.
- Please submit your interest and capability to perform Subsurface Investigation and Geotechnical Laboratory Testing.
3. INFORMATION ON TEAMING ARRANGEMENT (IF APPLICABLE). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business, both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided.
NOTE: The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.
4. EVIDENCE OF CAPABILITIES to perform comparable work. Provide project info on a minimum of two and no more than 5 projects that demonstrate the firm's experience on projects that are substantially complete or completed within the last seven (7) years which are similar to the project in size, scope and complexity. For each project include:
- Project name and contract number.
- Customer.
- Summary description of the key elements/salient work features of the project.
- your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role.
- Location where the work/project was completed.
- Contract amount.
- Brief description of how the experience relates to the general work description in this notice.
Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous sources sought postings or had other communications with our office regarding preliminary market research for this project, please be advised that it is still necessary for you to respond to this posting. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner.
To protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made.
All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
Email the requested information, with delivery and read receipt requested to:
Sonny Smith at sonny.z.smith@usace.army.mil
Rosalind M. Shoemaker at Rosalind.m.shoemaker@usace.army.mil
The email should be titled: W912PM25QA001 – Subsurface Investigation and Geotechnical Laboratory Testing - [Insert company’s name]
If you have questions, please contact Ros Shoemaker at rosalind.m.shoemaker@usace.army.mil