Market Research and Sources Sought Notice for information on capability and availability of contractors to perform the initial phase of the restoration of Deer Island to near its historical 1850s dimensions which involves the extension of the rock breakwater structure known as Katrina Key approximately 12,000 feet to soften the effects of normal wave erosion, as generally described in the Mississippi Coastal Improvements Program Comprehensive Plan and Integrated Programmatic Environmental Impact Statement.
The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at Deer Island, Harrison County, Mississippi. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the Government in making an appropriate acquisition decision.
The U.S. Army Corps of Engineers, Mobile District, anticipates constructing the initial phase of the restoration of Deer Island, specifically the extension of the rock breakwater structure known as Katrina Key approximately 12,000 feet to soften the effects of normal wave erosion. The cost of construction is expected to range from $10M - $25M. Proposed construction duration of 270 calendar days. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 237990 with a Small Business Size Standard of $45 million. Responses should include the following information and shall not exceed a total of ten (10) pages:
1. Offerors name, address, points of contact with telephone numbers and e-mail addresses.
2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission.
3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity).
4. Past performance information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last ten (10) years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offerors role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).
NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: [email protected] and [email protected]. The subject line of the e-mail shall reference the Market Research number in the announcement and submittals are due no later than 16 July 2025. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.