Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2026 SAM #8867
SOURCES SOUGHT

Y -- Grand Isle and Vicinity, Hurricane Ida Repairs, Stone Segmented Breakwaters, Project, Jefferson Parish, Louisiana

Notice Date
3/5/2026 7:34:55 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
W912P826-SS-0006
 
Response Due
3/10/2026 12:00:00 PM
 
Archive Date
03/25/2026
 
Point of Contact
Melissa A. Vaughn, Phone: 5048622762, Shaun McAfee, Phone: 5048622918
 
E-Mail Address
melissa.a.vaughn@usace.army.mil, Shaun.A.Mcafee@usace.army.mil
(melissa.a.vaughn@usace.army.mil, Shaun.A.Mcafee@usace.army.mil)
 
Description
U.S. Army Corps of Engineers, New Orleans District THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P826-SS-0006. The purpose of this sources sought notice is to obtain insight into the interest, capabilities, and qualifications of firms; as well as assist the Government in preparing market research and establishing an acquisition strategy in support of this effort. PROJECT: The U.S. Army Corps of Engineers, New Orleans District seeks qualified Construction firms interested and capable of providing construction services for the Grand Isle and Vicinity, Hurricane Ida Repairs, Stone Segmented Breakwaters, Project, Jefferson Parish, Louisiana rehabilitation project. The work consists of construction of 31 segmented stone breakwaters and 10 navigation lights in the 16,000-foot gap located between the existing western and eastern breakwater fields. The breakwaters will consist of geotextile, core and bedding stone, and armor stone. Each segment would be approximately 250 feet long and would have 250-foot gaps between them. The breakwater top elevation would be (+) 6 NAVD88, 2 to 4 feet from the seafloor to water elevation or approximately 5 feet above the water surface). The distance offshore varies across the proposed breakwater alignment but is not anticipated to exceed 10 feet. Barge mounted draglines and excavators will be used to place the geotextile fabric and rock. Navigational lights would be installed along the line of newly constructed breakwaters. The navigational light platforms (NLPs) would measure two feet wide by four feet wide. A barge mounted pile driver would be used to drive piling to construct a tripod shaped structure upon which a navigational light would be mounted. PURPOSE: After review of the responses to this Sources Sought synopsis, the Government will determine the use of Project Labor Agreements (PLA) on the subject requirement. 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 $25,000,000.00 and $100,000,000.00. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990. INFORMATION REQUESTED: The following information is requested in this Sources Sought (SS) announcement with a limit of three pages for your response: 1) 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. 2) 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. 3) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. 4) Identify specific reasons why or how you believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. 5) Identify specific reasons why you do not believe a PLA would advance the Federal Government�s interest in achieving economy and efficiency in Federal procurement. 6) Identify any additional information you believe should be considered regarding the use of a PLA on the referenced project. 7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. 8) What percentage of your total price for this project do you estimate will be attributable to labor? 9) 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 of any cost increase or decrease. 10) What are the likely cost impacts, if any, to your bid price if a PLA requirement is included in the solicitation? Please provide as much detail as possible regarding any anticipated cost impacts (positive or negative) of the inclusion of a PLA requirement, including any information you can provide about the magnitude of the anticipated impact. 11) Does your company intend to bid on this project if a PLA requirement is included in the solicitation? Does your company intend to bid on this project if a PLA requirement is not included in the solicitation? Please send your responses no later than 2:00 p.m. CST, March 10, 2026, via email to Melissa.A.Vaughn@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/1b6de8acc53044ca949c650d9f44ff4f/view)
 
Place of Performance
Address: New Orleans, LA 70118, USA
Zip Code: 70118
Country: USA
 
Record
SN07736416-F 20260307/260305230050 (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!  © 1994-2026, Loren Data Corp.