SOURCES SOUGHT
Y -- OUACHITA RIVER BASIN, LOUISIANA 2020 PL 84-99 ORL REHABILITATION LEVEE SETBACKS ORL SITES 1 AND 12
- Notice Date
- 4/29/2025 10:39:59 AM
- 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
- W912EE25S0010
- Response Due
- 5/13/2025 12:00:00 PM
- Archive Date
- 05/28/2025
- Point of Contact
- Kasey Davis, Phone: 6016317243, Robert Ellis Screws, Phone: 6016317527
- E-Mail Address
-
Kasey.T.Davis@usace.army.mil, Ellis.Screws@usace.army.mil
(Kasey.T.Davis@usace.army.mil, Ellis.Screws@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- W912EE25S0010 Sources Sought Notice W912EE - The USACE Vicksburg District is seeking to identify qualified and capable contractors with the capability and capacity to perform the scope-of-work indicated. The Vicksburg District is seeking to advertise to award a single contract for the Ouachita River Basin, Louisiana 2020 PL 84-99 Rehabilitation Levee Setbacks ORL Sites 1 and 12. The estimated value of the proposed work is between $1,000,000 and $5,000,000. The work to be performed is described below. Based upon response to this announcement, the Government may determine to advertise this acquisition on an unrestricted basis or proceed with a Small Business Set-Aside. The applicable North American Industry Classification System (NAICS) Code is 237990-Other Heavy and Civil Engineering Construction, and the related small business size standard is $45.0M. This notice is not a request for proposal and the information presented in this announcement will not obligate the U.S. Army Corps of Engineers in any manner. PROJECT SPECIFIC DETAILS: Work Location: OUACHITA RIVER BASIN, LOUISIANA 2020 PL 84-99 ORL REHABILITATION LEVEE SETBACKS ORL SITES 1 AND 12 The work consists of furnishing all plant, labor, materials, and equipment, and constructing levee setbacks on the Ouachita River in the Ouachita and Caldwell Parishes, Louisiana. Principal features of the work include mobilization and demobilization, clearing and grubbing, existing turf maintenance and new turf establishment, excavation, inspection trench, semi-compacted levee embankment, removing and replace existing gravel surfacing, crushed stone surfacing, storm water pollution prevention, and environmental protection. The Contractor shall be required to (a) commence work within 10 calendar days after the date of receipt of Notice to Proceed, (b) prosecute the work diligently, and (c) complete the work ready for use not later than 161 calendar days after the date the Contractor receives the notice to proceed. The time stated for completion shall include final cleanup of the premises. The Notice to Proceed with construction will be issued after receipt and Government verification of the required performance and payment bonds. The contract also requires submission of various pre-work plans and Government approval of those plans as well as various preconstruction meetings prior to commencement of physical work at the site. Notice to proceed will not be delayed awaiting receipt of these plans. The contract performance time includes adequate time for submission and Government review of the required pre-work plans and all required preconstruction meetings to be conducted after notice to proceed. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and UEI. 3. Firm's interest in participating in the solicitation, if issued. 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, or Other than Small Business (Large Business). 5. Firm's joint venture information (if applicable). 6. Bonding information (provide bonding limits on the bonding company's letterhead): a. Single bond b. Aggregate c. Point of contact for the bonding company 7. If depending on sub-contractor capability the interested party shall submit a letter of commitment from the sub-contractor. 8. Equipment list capable of performing the scope of work including equipment needed for borrow excavation, hauling, and placement of semi-compacted embankment. 9. Interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and capability to meet all requirements stated above. Include your firm�s capability to execute comparable work performed within the past 5 years. The provided information shall include the following: a. Brief description of the project b. Customer contact information c. Outcome of the project c. Timeliness of performance e. Dollar value of the completed projects Capability Statements shall describe past work experience and capability of work that your firm has performed as the Prime Contractor in the areas listed below, that were performed under one contract. Include the total amount bonded by the submitting firm as the Prime Contractor. Projects must have been bonded by the submitting firm as the Prime Contractor to be considered. Detail what work was self-performed and what percentage of work was subcontracted. At least three (3) projects should be provided to demonstrate competency and experience in the required areas of work. Narratives shall be no longer than ten pages. TECHNICAL QUESTIONS: 1. Describe similar projects you have experience constructing that demonstrate your capabilities to successfully perform this contract. If you are relying on a subcontractor�s experience, describe your subcontractor�s relevant experience, your history in successfully working on other contracts with this subcontractor, and what experience you have as a prime contractor managing similar contracts. 2. What features of work would you self-perform and what features of work would you subcontract out? 3. What equipment do you or your subcontractor own and what equipment would you have to lease in order to successfully perform this contract? 4. Do you currently employ any key field management personnel such as superintendents, quality control, or SSHO's with experience repairing levees similar to the scope provided with the Sources Sought Notice? If so, please provide a brief description of their roles and relevant experience. SUBMIT TO: Submission shall be via email to Kasey T. Davis, Contract Specialist at Kasey.T.Davis@usace.army.mil and copy furnish 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 Time, Tuesday, 13 May 2025. Please use the following subject line for the email: �PANMVD-25-P-0000-3927 � PL 84-99 Ouachita River Basin Levee Setback�. Telephone inquiries will not be accepted or acknowledged. All interested firms must be registered in the System for Award Management (www.SAM.gov) and maintain an active registration for the duration of the contract to be eligible for award of Government contracts.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bd03abbc25424ed6b0d14cdd2adf0c2c/view)
- Place of Performance
- Address: Monroe, LA 71201, USA
- Zip Code: 71201
- Country: USA
- Zip Code: 71201
- Record
- SN07425401-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 |