- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
SOURCES SOUGHT Craney Island Rehandling Basin Dredging
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: VA. Response deadline: Apr 08, 2026. Industry: NAICS 237990 • PSC Z1KF.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 30 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 237990
Description
SOURCES SOUGHT NOTICE
Craney Island Rehandling Basin Maintenance Dredging
Portsmouth, Virginia
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS NOTICE IS FOR MARKET RESEARCH PURPOSES ONLY. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.
The U.S. Army Corps of Engineers (USACE), Norfolk District, is conducting market research to identify qualified and interested firms capable of performing maintenance dredging and debris removal at the Craney Island Rehandling Basin located in Portsmouth, Virginia.
The Government anticipates a future procurement for a firm-fixed-price construction contract.
The applicable North American Industry Classification System (NAICS) code is 237990 – Other Heavy and Civil Engineering Construction, with a corresponding small business size standard of $37 million.
In accordance with FAR 36.204, the estimated magnitude of construction is between $5,000,000 and $10,000,000.
Description of Work
The work consists of maintenance dredging, dredged material placement by hydraulic dredge and pipeline, and debris removal at the Craney Island Rehandling Basin. The project is located on the southeast side of the Craney Island Dredged Material Management Area (CIDMMA), adjacent to the Norfolk Harbor Channel in Portsmouth, Virginia.
- Maintenance dredging and debris removal will occur in the following areas:
- North Access Channel to a depth of -18 feet MLLW
- South Access Channel to a depth of -18 feet MLLW
- Debris Channel to a depth of -9 feet MLLW
- Rehandling Basin to a depth of -20 feet MLLW
- Optional bid items will include increased dredging depth within the Rehandling Basin to a depth of -23 feet MLLW.
The estimated quantity for the base work is approximately 260,000 cubic yards of dredged material, including allowable overdepth and accretion. Debris such as wire, rope, steel, and wood is anticipated during dredging operations and must be managed and removed by the contractor.
All dredged material shall be hydraulically placed at the Government-furnished upland placement site within the Craney Island Dredged Material Management Area.
Construction Duration
The contractor shall commence performance within 15 calendar days after receipt of the Notice to Proceed (NTP) and complete all work within 180 calendar days.
There are no known dredging restrictions associated with this project.
Survey of the Dredging Industry
Interested firms are requested to respond to the following:
- Provide company name, address, point of contact, phone number, and email address.
- Indicate whether your firm would be interested in submitting a proposal for this requirement. If not, please explain why.
- Describe your firm’s experience performing dredging projects of similar size and scope.
- Include project descriptions, customers, contract values, dredging quantities, and dredge plant utilized.
- Identify the type of dredge plant and supporting equipment your firm owns and/or operates that is suitable for this requirement.
- Describe your firm’s experience managing upland dredged material placement sites with similar inflow volumes.
- Indicate whether your firm would propose as a prime contractor, as part of a joint venture, or with subcontractors.
- Provide your firm’s bonding capacity (single and aggregate).
- Identify your firm’s business size and socio-economic status (e.g., Large Business, Small Business, 8(a), HUBZone, SDVOSB, WOSB).
Submission Instructions
Responses shall be limited to a narrative addressing the above questions. Additional information will not be reviewed.
This notice is for planning purposes only and shall not be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not reimburse any costs incurred in responding to this notice.
The Government will use the information received to determine the appropriate acquisition strategy, including consideration of potential small business participation.
Responses shall be submitted via email to:
George Jackson, Contract Specialist
george.jackson@usace.army.mil
CC:
Tiffany N. Kirtsey, Contracting Officer
tiffany.n.kirtsey@usace.army.mil
Responses are due no later than April 8, 2026 at 2:00 PM Eastern Time.
Additional Information
The official synopsis citing the solicitation number, if issued, will be posted on SAM.gov at:
https://sam.gov
All prospective contractors must be registered in the System for Award Management (SAM) database prior to award. Information regarding registration is available at:
https://www.sam.gov
No attachments or additional documents are provided with this notice.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.