Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2025 SAM #8595
SOURCES SOUGHT

R -- SOURCES SOUGHT: Southwest Coastal Louisiana Nonstructural Coastal Storm Risk Management Project � Program Support

Notice Date
6/6/2025 12:08:12 PM
 
Notice Type
Sources Sought
 
NAICS
541613 — Marketing Consulting Services
 
Contracting Office
W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
 
ZIP Code
70118-3651
 
Solicitation Number
W912EK-25-SS-0001
 
Response Due
6/20/2025 12:00:00 PM
 
Archive Date
07/05/2025
 
Point of Contact
Bradley J. Grothus, Nicholas M. Moore
 
E-Mail Address
bradley.j.grothus@usace.army.mil, nicholas.m.moore@usace.army.mil
(bradley.j.grothus@usace.army.mil, nicholas.m.moore@usace.army.mil)
 
Description
SOURCES SOUGHT: Southwest Coastal Louisiana Nonstructural Coastal Storm Risk Management Project � Program Support This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capabilities of potential sources and the availability of commercial sources pursuant to FAR Part 10 seeking qualified sources for Advertising and Project Management Support for the Southwest Coastal Louisiana Nonstructural Coastal Storm Risk Management Project. Advertising and Project Management services will be provided in the Southwest Portion of Louisiana, specifically Calcasieu, Cameron, Vermilion, and Iberia Parishes. Given the area�s low elevation, flat terrain, and proximity to the Gulf of Mexico, Southwest Louisiana is at high risk of flooding from tidal surge and waves from hurricanes. Additionally, land subsidence, combined with sea-level rise, is expected to increase future potential for coastal flooding. The Project has nonstructural storm damage risk management measures in the form of approximately 3,500 residential home elevations and alternative floodproofing methods for 342 non-residential structures and 157 warehouses. This is one of several federally funded initiatives aimed at reducing the risk of damage to infrastructure and communities along the coastline of Louisiana. Rather than relying on structural solutions such as seawalls or coastline levees, the Project focuses on implementing nonstructural measures (i.e., property elevations, property levees, floodwalls, door dams, or other floodproofing measures) to mitigate the impacts of coastal hazards in the state. It is a collaborative effort involving Federal, state, and local government agencies. The tracking number for this announcement is (W912EK-25-SS-0001). The NAICS code for this proposed acquisition is 541613 � Marketing Consulting Services. The small business size standard for NAICS code 541613 is $19 million. This notice is for MARKET RESEARCH PURPOSES ONLY and does not constitute a Request for Quote or Proposal; and it is not considered to be a commitment by the Government nor will the Government pay for information solicited; no basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. At this time no solicitation exists; therefore, please DO NOT REQUEST A COPY OF THE SOLICITATION. The Government reserves the right to consider any arrangement as deemed appropriate for this procurement. COMPETITION AND SET-ASIDE DECISIONS WILL BE MADE BASED ON THE RESULTS OF THIS MARKET RESEARCH AND THE FEEDBACK FROM THIS SOURCES SOUGHT. The U.S. Army Corps of Engineers, Rock Island District, solicits a capability statement and past performance from all qualified businesses that can 1) develop and conduct public advertising and outreach, 2) provide support to execute and expedite application intake and 3) set up and manage an in-person intake center and call center services for residents with an ultimate goal of boosting applications and project participation. Any interested firms, including Small Business firms, capable of providing these services either as a prime or sub-contractor are requested to respond via e-mail to Bradley Grothus at bradley.j.grothus@usace.army.mil NO LATER THAN 2:00 PM Central Time, on June 20, 2025. Interested firms shall complete the below for submission. The submission SHALL NOT exceed five (5) pages. Please include the following documentation with your submission: Name of Company, Address, Main Point of Contact including email address and telephone number. Cage Code, Business Size in accordance with the subject NAICS Code, (8(a), small business, veteran owned small business; service-disabled business, HUBZone, Small Disadvantaged Business; Economically Disadvantaged Women Owned Small Business and Women Owned). Capability Statement that clearly demonstrates the ability to fulfill the requirements described in this notice. Be sure to include the amount of people you suggest to be a part of the team(s) and the approximate cost of this effort. Past performance experience with advertising and project management support. Past Performance shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, point of contact with VALID telephone numbers, email address and other relevant information). Offerors shall furnish this information NO MORE THAN THREE (3) contracts, on-going or completed within the last three (3) years, for like or similar services, held with USACE, other Government Agencies, or Private Industry. Interested parties must be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM registration can be obtained online at https://sam.gov/ A report summarizing best practices for outreach and engagement in non-structural projects, with a particular focus on incorporating feedback from eligible residents within the U.S. Army Corps of Engineers area of responsibility, is attached. The report reflects lessons learned from prior community engagement activities and is intended to inform contractor-led outreach strategies moving forward.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/819ea03539a5405c878d4bb0a224e726/view)
 
Place of Performance
Address: Lake Charles, LA 70605, USA
Zip Code: 70605
Country: USA
 
Record
SN07469485-F 20250608/250606230114 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.