SOURCES SOUGHT
Y -- Lake Pontchartrain and Vicinity Foreshore Repair Project
- Notice Date
- 3/6/2026 5:20:53 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W07V ENDIST NEW ORLEANS NEW ORLEANS LA 70118-3651 USA
- ZIP Code
- 70118-3651
- Solicitation Number
- W912P8-26-SS-0007
- Response Due
- 3/13/2026 9:00:00 AM
- Archive Date
- 03/28/2026
- Point of Contact
- Angela Day, Phone: 5048621047
- E-Mail Address
-
Angela.C.Day@usace.army.mil
(Angela.C.Day@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS NOTICE IS FOR SOURCES SOUGHT ONLY. This announcement is seeking information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this sources sought, and no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. After review of the responses to this notice, and if the Government intends to proceed with the acquisition, a separate announcement will be published on the System for Acquisition Management (SAM) website (SAM.gov). The U.S. Army Corps of Engineers, New Orleans District seeks qualified Construction firms interested and capable of providing construction services for Lake Pontchartrain and Vicinity Foreshore Repair Project. The work consists of restoring existing riprap armoring to its original design elevation of 4.5 feet with a 5-foot-wide crown and 1 vertical to 3 horizontal side slopes. Approximately 300,000 Tons of Class R-2200 riprap would be required which is a 158,000 Ton increase. Delivery of the riprap to the project site will require the use of barges and thus flotation dredging will be required for this alternative. It is assumed that the areas to be dredged will be the same as in the original Foreshore Protection Projects. With no canals parallel to the shoreline, riprap would be offloaded and trucked, or barges would be light loaded if enough draft were available. Approximately 77,500 Tons of R-200 stone and 112,000 SY of Geotextile Fabric are required to construct the splashpad. These line items increased by 38,500 Tons and 24,000 SY, respectively. On February 4, 2022, the President signed an Executive Order on the use of Project Labor Agreements for Federal Construction Projects (the ""Order""), which requires the federal government to require a project labor agreement (""PLA"") before awarding any ""large-scale construction contract,"" defined as a contract for which the estimated cost is $35 million or more. PLAs are being evaluated in accordance with FAR 22.504(d); therefore, LPV Foreshore Repair could be subject to the use of PLAs. This Sources Sought synopsis is to gauge interest, capabilities, and qualifications of the construction community as the Government must ensure there is adequate interest, capability, and competition amongst the potential pool of responsible contractors. The Government will use responses to this SOURCES SOUGHT NOTICE to make appropriate acquisition decisions for this procurement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given. The Estimated Magnitude of construction is Between $25,000,000 and $100,000,000. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990. All interested firms� response to this Sources Sought Synopsis shall be limited to five (5) pages and shall include the following information: 1) The Firm's name, address, point of contact, phone number, website, and email address. 2) The Firm�s interest in bidding as a Prime, Joint Venture, or Partner. 3) The Firm�s bonding capacity. 4) The Firm�s small business social economic categories certification, if applicable: Small Business, Small Disadvantaged Business, Veteran Owned Small Business, Women Owned Small Business, Historically Underutilized Business Zones, etc. 5) The Firm�s ability to meet the project labor agreement (PLA) requirements for projects over $35M. i) Would the inclusion of PLA requirements prevent your firm from bidding on the project? ii) What percentage of your total price for this project do you estimate will be attributable to labor? iii) What impact do you estimate the inclusion of a PLA requirement would have on the cost of labor for this project? Please provide an estimated percentage increase or decrease. 6) The Firm's capability to perform such heavy construction methodology. The Firms shall provide examples which include, at a minimum, the following information: i) Experience in construction of earthen levee projects. ii) Experience with projects in a marsh habitat, open water, and around environmentally sensitive areas. iii) Contract type, firm fixed price or cost reimbursable. iv) Customer name v) Timeliness of performance vi) Customer satisfaction vii) Project awarded cost and final completed construction cost. Please send your responses no later than 11:00 a.m. March 13, 2026, via email to Angela.C.Day@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ac504609138240a7b479149ae6e9b472/view)
- Place of Performance
- Address: LA, USA
- Country: USA
- Country: USA
- Record
- SN07737383-F 20260308/260306230038 (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 |