Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2025 SAM #8795
SOURCES SOUGHT

Y -- New Orleans to Venice (NOV)-11 West Bank MS River Levee, Buras to Fort Jackson Plaquemines Parish, Louisiana

Notice Date
12/23/2025 8:55:13 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST MEMPHIS MEMPHIS TN 38103-1894 USA
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ26S1B1Y
 
Response Due
1/23/2026 8:00:00 AM
 
Archive Date
02/07/2026
 
Point of Contact
Darcel Rice (Glenn), Phone: 9013333602, Monica Pitchford, Phone: 9012627161
 
E-Mail Address
darcel.g.glenn@usace.army.mil, monica.a.pitchford@usace.army.mil
(darcel.g.glenn@usace.army.mil, monica.a.pitchford@usace.army.mil)
 
Description
Sources Sought W912EQ26S1B1Y New Orleans to Venice (NOV)-11 West Bank MS River Levee, Buras to Fort Jackson Plaquemines Parish, Louisiana Solicitation Number: Unknown This is a SOURCES Sought Synopsis and is for a market research survey for information only, to be used for preliminary planning purposes. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis. Respondents will not be notified of the results. The United States Army Corps of Engineers Memphis District has a requirement that consists of a levee enlargement along the NOV-11 levee reach in Plaquemines Parish, LA. The New Orleans to Venice NOV-11 levee reach is approximately 5.2 miles long. This project on the West Bank MRL will involve raising the levee to the authorized design grade with earthen fill. The current levee crown elevation ranges from 10 feet to 15 feet, NAVD88 (2009.55). The proposed plan will raise the entire reach to the 2-Percent (50-year) Level of Risk Reduction (LORR) crown elevation ranging from 17.21 feet to 17.71 feet, NAVD88 (2009.55). Stabilization measures required include the installation of earthen landside stability berms or ground improvement measures consisting of deep material mixing. Additional construction activities required may include the placement of riprap on the west bank of the Mississippi River, demolition & replacement of local asphalt roadways, demolition & replacement of concrete slope paving, & installation of grouted riprap. The NOV-11 levee reach will likely require the use of Contractor Furnished borrow material. However, a borrow analysis will be conducted prior to solicitation based on the availability of Government Furnished borrow at the time. This project will be a competitive, firm-fixed price contract. The government intends to issue a solicitation: however, the results and analysis of this market research will finalize the determination of the procurement method. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this source sought synopsis. In accordance with FARs Part 36, the estimated construction price range for this project is between $100,000,000.00 and $250,000,000.00. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for small business or other socioeconomic programs to include Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB). Those programs are highly encouraged to respond The synopsis and solicitation, if issued, will be made available on SAM.gov. It is the potential offeror�s responsibility to monitor SAM.gov for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 237990 (Other Heavy and Civil Engineering Construction) This industry comprises establishments primarily engaged in heavy and civil engineering construction projects (excluding highway, street, bridge, and distribution line construction). The work performed may include new work, reconstruction, rehabilitation, and repairs. Specialty trade contractors are included in this industry if they are engaged in activities primarily related to heavy and civil engineering construction projects (excluding highway, street, bridge, distribution line, oil and gas structure, and utilities building and structure construction). Construction projects involving water resources (e.g., dredging and land drainage), development of marine facilities, and projects involving open space improvement (e.g., parks and trails) are included in this industry. Small Business Size Standard: $49.5 Million Product and Service Code (PSC): Y1PZ_ CONSTRUCTION OF OTHER NON-BUILDING FACILITIES Requirement: Firms responding to this announcement are requested to demonstrate in writing its capability to perform the work for this project by addressing the following items: Provide the Firms name, address, Unique Entity Identifier (UEI) #, firm business size and socio-economic status. 2. Provide examples (minimum of three) of projects similar in nature to the work in the above project description your firm has performed in the past 8 years. Each example should include a detailed project description, location, the dollar value of the project, the beginning and end date of the project. These projects should be relevant in terms of size, scope, and complexity 3. For the relevant example projects requested in item (2), indicate whether your firm was the prime or subcontractor. If the prime, indicated what percentage of the work you performed. If the firm was a subcontractor, identify your role in the contract and explain the relevancy of the role. 4. Also provide copies of performance rating for projects submitted and resume of key personnel. 5. Provide a list of the firm�s current on-going projects, the bonding amount and the expected completion dates. 6. Firms' Bonding Capability (construction bonding level per contract and aggregate bonding level per contract and aggregate bonding level, both expressed in dollar, via letter from the bonding company). 7. The Government is requiring that the interested firm answers the following questions about Project Labor Agreements (PLAs): a. Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. b. Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible c. Do you have knowledge that a PLA has been used in the local area on project? If so, please elaborate and provide supporting documentation where possible. d. Are you aware of time sensitive issues/scheduling requirements that would affect the rate which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. e. Identify specific reasons why you do not believe a PLA advance the Federal Governments interest in achieving economy and efficiency in federal procurement. f. Identify any additional information you believe should be considered on the use of a PLA on the referenced project. g. Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. h. The information gathered in this exercise should include the following information on project completed in the last 2-5 years: Project Name and Location Detailed Project Description Initial Cost Estimate vs. Actual final cost Was the project completed on time? Number of craft trade present on the project Was a PLA used? Were there any challenges experienced during the project? i. Would you consider submitting a proposal for this action if a PLA was a requirement? Small Business Firms only Small Business Description: Provide capability of performing the work, either by 100% self-performance or through teaming. Specifically, if you would not be self-performing 100% of the work, please provide: 1. An estimate of your self-performance and a proposed team approach (for example: are you part of an approved mentor prot�g� team through the SBA 8(a) or All Small Mentor Prot�g� Program? 2. Will you be teaming with other small businesses to meet the self-performance requirements? 3. Will your subcontractors be primarily small businesses? 4. What type of work would likely be subcontracted? 5. Have you performed this type of work previously with similar teaming arrangements? If so, what were issues with Contract Performance Magnitude of Work: Between $100,000,000.00 and $250,000,000.00 Contract Duration: TBD (solicitation) Estimated Start Date: (Exact date TBD) Site Visit Time & Date: TBD (solicitation) Response Time & Date: 23 January 2026 at 10:00 am (CST) All interested parties should submit qualifying documentation not later than the response time and date to the below address. Electronic submissions are acceptable. Send via email (PDF format) to Ms. Darcel Rice at darcel.g.glenn@usace.army.mil. Interested firms shall provide one copy of the above documentation. Responses shall be limited to ten (10) pages. The Government will not pay for any material provided in response to this market survey; nor return the data provided.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/cd9583f4b69546dfa700f10e5a6fd024/view)
 
Place of Performance
Address: New Orleans, LA 70115, USA
Zip Code: 70115
Country: USA
 
Record
SN07673934-F 20251225/251223230034 (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.