Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOURCES SOUGHT

Y -- Levee Rehab Projects

Notice Date
9/12/2025 5:37:34 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
NWK-FY2026LEVEEREHAB
 
Response Due
10/13/2025 10:00:00 AM
 
Archive Date
10/14/2025
 
Point of Contact
Nathaniel Leyba, Phone: 8163892281, Laura Hedrick, Phone: 8163893023
 
E-Mail Address
nathaniel.j.leyba@usace.army.mil, Laura.L.Hedrick@usace.army.mil
(nathaniel.j.leyba@usace.army.mil, Laura.L.Hedrick@usace.army.mil)
 
Description
Sources Sought Levee Rehab Projects INTRODUCTION The Army Corps of Engineers, Kansas City District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support these requirements for construction services for levee repair at the following sites: Saline Lafayette Levee District Howard County LD #4 Holt County #10 Saline County LD #2 Corning Levee District Union Township Ray-Carroll Bottoms CLD of Carroll MO Valley Sec 1 & 2 (Marthasville) MRLS L 246. The scope of work consists of furnishing all equipment, labor, operators, supervision/site superintendent, quality control, supplies, materials, and incidentals necessary to satisfactorily perform and provide construction to potentially include, but not limited to earthwork operations, bringing in fill and borrow material from a pre-determined site, haul road development, clearing of debris as necessary, erosion repair, rutting repair, levee surfacing, various stone surfacing/placement, installation of stone armored protection, installation and rehabilitation of drainage structures and associated apertures, and establishment of turf for repairs of compromised landside, riverside, and crown levee sections. The intention is to procure these services on a competitive basis and award multiple separate contracts. Magnitudes of Each Project Between $250,000 and $500,000 or Between $500,000 and $1,000,000 or Between $1,000,000 and $5,000,000 Estimated Period of Performance Between 180 to 365 Calendar Days (depending on project) Places of Performance Saline County, Missouri Carroll County, Missouri Howard County, Missouri Holt County, Missouri Warren County, Missouri Dalton County, Missouri Chariton County, Missouri BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 237990 � Other Heavy and Civil Engineering Construction, with a Small Business Size Standard of $45,000,000.00. The Product Service Code is Y1PC - Construction of Unimproved Real Property (land). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 12 pm, CDT, 13 October 2025. All responses under this Sources Sought Notice must be e-mailed to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil. This documentation must address at a minimum the following items: 1. Business name, address, point of contact, phone number, and e-mail address 2. Business UEI number and Cage Code number 3. State specific interest in providing a bid if a solicitation is issued 4. Address capability to perform a contract of this magnitude and complexity 5. Type of business and business size 6. Joint Venture information, existing and potential, if applicable 7. Offeror's Bonding Capability 8. Contractor may submit examples of work done by a subcontractor if that subcontractor intends to enter into a letter of commitment with the contractor 9. Submit details of a project, either complete or substantially complete within the last 5 years, showing experience in levee work. Details should include project name, date, description of work self-performed and customer served. The proposed contract actions are anticipated to include tasking that would be accomplished by labor categories that are subject to the Davis Bacon Act. Upon evaluation of the capability statements, if it is determined that any of these requirements will be solicited as unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Nathaniel Leyba, in either Microsoft Word or Portable Document Format (PDF), via email nathaniel.j.leyba@usace.army.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. (END OF SOURCES SOUGHT)
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3151ae9523574c378eeb01ea3ce47d24/view)
 
Place of Performance
Address: MO, USA
Country: USA
 
Record
SN07589596-F 20250914/250912230047 (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.