SOURCES SOUGHT
Y -- Ouachita Parish, Ouachita River Basin, 2020 PL 84-99 Ouachita River Levee Bank Stabilization, Emergency Bank Stabilization Sites 2, 11, 12, 16, & 22
- Notice Date
- 4/29/2025 4:00:11 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE25S0011
- Response Due
- 5/14/2025 12:00:00 PM
- Archive Date
- 06/30/2025
- Point of Contact
- Freteshia L. Johnson, Phone: 6016315219, Robert Ellis Screws, Phone: 6016317527
- E-Mail Address
-
Freteshia.L.Johnson@usace.army.mil, Ellis.Screws@usace.army.mil
(Freteshia.L.Johnson@usace.army.mil, Ellis.Screws@usace.army.mil)
- Description
- W912EE25S0011 THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, AND THE VICKSBURG DISTRICT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION. The U.S. Army Corps of Engineers (USACE), Vicksburg District (MVK) is conducting market research to facilitate a determination of acquisition strategy for this procurement. The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources. A market survey is being conducted to determine if there are a reasonable number of firms, large or small businesses, interested in performing the required work in the required locations. A decision as to whether the work will be set-aside for specific socio-economic category businesses is pending. We would like to hear from large businesses, small businesses, small disadvantaged businesses, HUBZONE small businesses, woman-owned small businesses, or service-disabled veteran-owned small businesses. In any case, if you are interested in this work, please respond accordingly. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS Code for this acquisition is 237990 � Other Heavy and Civil Engineering Construction. The business size standard for NAICS Code 237990 is $45,000,000.00. The Product Service Code is Y1PZ � Construction of Other Non-Building Facilities. This Sources Sought Synopsis shall not be construed as a commitment by the Government, nor will any reimbursement be made for any costs associated with providing information in response to this request or any follow up information requests. NO SOLICITATION IS CURRENTLY AVAILABLE. BACKGROUND AND PURPOSE: For the purpose of market research, USACE MVK will be utilizing this request for information to determine the availability of sources capable of providing the construction services required, as well as the acquisition approach best suited for this project. PROJECT DESCRIPTION: The USACE, MVK is seeking qualified contractors with the capability and capacity to perform the scope of work indicated, who are capable of mobilizing immediately with sufficient floating plant to meet the stone placement production rates required. The work consists of furnishing all necessary plant, labor, materials, and equipment, and performing all work for constructing longitudinal peaked stone toe dikes (LPSTDs) with stone tiebacks and stone fill revetment at five sites along the Ouachita River in Northeast Louisiana south of Monroe, LA. Principal features of the work include mobilization and demobilization, clearing and grubbing, and bank stabilization work consisting of tiebacks, excavation, and backfill. The awardee shall be required to adhere to a daily stone placement schedule necessary to place an estimated quantity of approximately 500,000 tons of Graded �C� Stone. The Contractor shall begin performance within 10 calendar days and complete the work within 404 calendar days after receiving the notice to proceed. The Notice to Proceed with construction will be issued after receipt and Government verification of the required performance and payment bonds. The Government will provide, electronic drawings and specifications with the posting of the solicitation. Pursuant to DFARS 236.204(ii), the estimated magnitude of construction of this project is between $25,000,000 and $100,000,000. This procurement will require 100% performance and payment bonds. Order of Work: a. Order of construction work shall proceed as follows unless otherwise directed by the Contracting Officer: Work shall begin at Site 12, followed sequentially by Site 2, Site 11, Site 16, and finally Site 22. Work at each site shall be completed prior to beginning work at the next site. b. All debris removal, tree removal, clearing, snagging and grubbing shall begin first and be performed sufficiently far enough ahead to allow the longitudinal stone fill revetment work to be constructed. Clearing work shall not be performed more than a week ahead of stone placement operations. c. Construct longitudinal stone fill revetment. Longitudinal stone fill revetment construction shall be performed at each site beginning at the upstream end of the site and working in the downstream direction. d. All construction of transverse stone tiebacks shall be built from the longitudinal stone fill revetment towards land unless otherwise directed by the Contracting Officer. e. After completion of the longitudinal stone fill revetment and tie backs, required excavation and grading for other incidental excavation should be performed. Response Format: Responses shall not exceed ten (20) pages in total, inclusive of all offeror attachments. A one (1) page executive summary shall not be considered part of the total page limit. The Capability Statement shall be comprised of the below information: 1. Brief History of the company. 2. Experience in delivering same or similar construction services. This section shall demonstrate the offer�s experience and ability to provide skilled personnel and manage requirements that are the same or similar to those addressed in the project description or Performance Work Statement. 3. List at least three (3) current or previous contracts that demonstrate your competence and capability to successfully perform the required work. The offeror shall provide the contract title, contract number, period of performance, dollar amount, and description of work performed on up to five Government contracts. Include the outcome of the project and timeliness of performance. The list should be limited to work performed within the last five years and include a reference name, email, and phone number. 4. General information: a. Firm Name, address(es), points of contact, telephone numbers, and email address. b. Cage Code and UEI. c. NAICS (list all NAICS under which your firm is registered) d. Offeror�s business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service-Disabled Veteran Owned Small Businesses, and Women-Owned Small For 8(a) Contractors, please include anticipated graduation date from the 8(a) Program. e. Identification of Joint Venture, if applicable (Business Name, Business Size and Cage Code of JV). 5. Offeror�s bonding capability (provide bonding limits on the bonding company�s letterhead: Single bond Aggregate Point of contact for the bonding company 6. If depending on sub-contractor capability, the interested party shall submit a letter of commitment from the sub-contractor. 7. What features of work would be self-performed and what features of work would you subcontract out? 8. What equipment do you or your subcontractor own and what equipment would you have to lease in order to successfully perform this contract? 9. What stone source quarries would you work with to ensure consistent stone supply and delivery during construction to meet the production rates stated in the sources sought notification? Submit To: Submission shall be via email to Freteshia L. Johnson, Contract Specialist, at Freteshia.L.Johnson@usace.army.mil and carbon copy R. Ellis Screws, Contracting Officer, at Ellis Screws@usace.army.mil. Responses should be sent as soon as possible, but not later than 2:00 PM Central, May 14, 2025. Please use the following subject line for the email: �W912EE25S0011 � Ouachita Parish, Emergency Bank Stabilization Sites 2, 11, 12, 16, & 22. Telephone inquiries will not be accepted or acknowledged.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/240b8c0c6b25483da93bb590fb3e95d3/view)
- Place of Performance
- Address: Vicksburg, MS 39183, USA
- Zip Code: 39183
- Country: USA
- Zip Code: 39183
- Record
- SN07425400-F 20250501/250429230057 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |