Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2025 SAM #8787
SOURCES SOUGHT

99 -- Pascagoula Design Build Construction

Notice Date
12/15/2025 2:50:50 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
 
ZIP Code
20910
 
Solicitation Number
ACQ-NC1075-26-0006
 
Response Due
1/12/2026 11:00:00 AM
 
Archive Date
01/27/2026
 
Point of Contact
Paul Tucker, Phone: 3015417225, Ronette McBean-Felder, Phone: 2027099253
 
E-Mail Address
Paul.Tucker@noaa.gov, ronette.mcbean-felder@noaa.gov
(Paul.Tucker@noaa.gov, ronette.mcbean-felder@noaa.gov)
 
Description
MARKETING RESEARCH ANNOUNCEMENT Other Heavy and Civil Engineering Construction Design-Build Repair and Renovation of the Gulf Marine Service Facility (GMSF) & Wharf Repairs in Pascagoula, Mississippi 151 Watts Ave, Pascagoula, MS 39567 The National Oceanic and Atmospheric Administration (NOAA) is publicizing this sources sought/request for information notice in order to seek firms that have an interest in submitting a response as a Prime Contractor (Design-Build Team) for a Design-Build project at NOAA�s Pascagoula Lab facility in the City of Pascagoula, MS. The Government is requesting a capability statement from potential sources, including but not limited to those firms that qualify under the Small Business Programs represented in the Federal Acquisition Regulations (FAR) Part 19; which includes Small Business, 8(a) Participants, HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), Veteran-Owned Small Business concerns (VOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) concerns and Women-Owned Small Business (WOSB) concerns eligible under the WOSB Program. THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR PLANNING PURPOSES ONLY, to identify valid sources and to gauge the business interest for Other Heavy and Civil Engineering Construction intended for the Pascagoula Design Build Construction Project. The estimated range for this project is between $11 million to $13.5 million. MARKET RESEARCH IS BEING CONDUCTED in accordance with Federal Acquisition Regulation (FAR) Part 10 to gain knowledge of interest, capabilities, and qualifications of other than small and small businesses operating as PRIME CONTRACTORS (Design-Build Team) with the capabilities and experience to perform the required work. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THIS MARKET RESEARCH. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT/REQUEST FOR INFORMATION OR ANY FOLLOW-UP INFORMATION REQUESTED. THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. For details please refer to the SOW Abstract included as an attachment on SAM.gov. The North American Industry Classification System Code (NAICS) is 237990 - Other Heavy and Civil Engineering Construction. The Small Business size standard is an average annual sales and receipts for the past three years that are equal to or less than $45,000,000. The Government anticipates the award of a single Prime Contract at a firm-fixed price. FOR PURPOSES OF THIS NOTICE, Interested Design-Build Teams are invited to submit a capabilities statement/narrative demonstrating the team�s experience in leading design-build construction projects of a similar nature as described in the SOW Abstract included in the Sources Sought attchment on SAM.gov. The submittal shall be no longer than ten (10) pages and shall include the following information: 1. Company name, address, point of contact with verifiably correct telephone number and email address; 2. Company business size, including any official teaming arrangements as a partnership or joint venture; 3. Company documentation shall include verifying status as a certified 8(a) small business, Small Business, HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, Veteran-Owned Small Business concerns, Economically Disadvantaged Women-Owned Small Business (EDWOSB) concerns and Women-Owned Small Business (WOSB); 4. Details of two (2) similar projects completed within the last ten (10) years that are relevant to the work that will be required under this project. Firms must include the following information for each of the two (2) similar projects; a. State whether the firm acted as the Prime Contractor or Subcontractor; b. Dates of construction for the two (2) projects; c. All projects shall demonstrate the team�s successful design-build execution of projects of similar scope and scale and highlight any special sustainability features or certification. d. Project references (including owner with telephone number and e-mail address); e. Project cost, term, and complexity of job; f. Information on the firm's bonding capability to cover 100% of the construction cost - SPECIFICALLY IDENTIFY SINGLE AND AGGREGATE BONDING CAPACITIES; and g. Please indicate your intent to submit an offer on a subsequent solicitation. NOTE: Comments will be shared with the Government�s stakeholders, but otherwise will be held in strict confidence. If you are responding to this Notice from outside the geographic location of the work (e.g. the field office is 50 miles outside of the Pascagoula, MS metropolitan area), please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government. Failure to submit all information requested will result in a contractor not being considered as an interested concern. GOOGLE FORM RESPONSES ARE REQUIRED (and include an option to upload documents). In the event a contractor is unable to gain access to the form, email responses will be permitted. A PDF copy of the Google form is attached to the Sources Sought and shall be completed, additionally, your capabilities statement (if not being submitted via Google Form), ten (10) PAGES OR LESS, shall be submitted VIA E-Mail to Ms. Ronette C. McBean-Felder, Contracting Officer, email: ronette.mcbean-felder@noaa.gov and Mr. Paul Tucker, Sr. Contract Specialist, email: paul.tucker@noaa.gov. Your response to this Notice, is due no later than Monday, January 12, 2026 by 2:00 PM EST NOTE: A ninety-minute informational Q&A session discussing the Design-Build Pascagoula NMFS Gulf Marine Support Facility Wharf Repairs Project is planned for Thursday, January 7, 2026 at 12:00 PM EST - 1:30 PM EST. Participants will have the chance to forward questions directly to the Government for prompt replies, with the option to submit up to five questions beforehand using the linked Google Form. If time allows, follow-up inquiries are encouraged. To guarantee a spot, please reach out to the listed contacts to secure your calendar invitation. Acknowledgment of responses will not be made, nor will respondents be notified regarding the results of the Government�s evaluation of the information received. The determination to proceed with the acquisition is within the discretion of the Government. Telephone inquiries will not be accepted. Please be reminded that a prospective Offeror interested in obtaining a contract award with the Government must be registered in the Federal Government's System for Award Management (SAM) database. Additional information regarding contractor registration can be obtained through the following website, www.SAM.gov. AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential Small Business Sources. The Government will not reimburse responders for the cost of the submissions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/86a6a6ace5bc47d4b7bb9d0b7bdf24a0/view)
 
Place of Performance
Address: Pascagoula, MS 39567, USA
Zip Code: 39567
Country: USA
 
Record
SN07666785-F 20251217/251215230044 (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.