Federal Contract Opportunity

Last Updated on 30 Jun 2025 at 7 PM
Sources Sought
Alexandria Louisiana

J. Bennett Johnson Waterway, Construction General, Lock and Dam 2, Longitudinal Stone Revetment

Details

Solicitation ID W912EE25S0016
Posted Date 30 Jun 2025 at 7 PM
Response Date 07 Jul 2025 at 5 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W07v Endist Vicksburg
Agency Department Of Defense
Location Alexandria Louisiana United states 71301

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

J & L America Incorporated

Southfield Livonia

Sign up to access Documents

Signup now

W912EE

SAM.gov Sources Sought Notice and Market Research

NOTICE INFORMATION

Agency/Office:

U.S. Army Corps of Engineers

Location:

USACE Vicksburg District

Title:

J. Bennett Johnson Waterway, Construction General, Lock and Dam 2, Longitudinal Stone Revetment W912EE25S0016

THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, AND THE VICKSBURG DISTRICT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION.

The U.S. Army Corps of Engineers (USACE), Vicksburg District (MVK) is conducting market research to facilitate a determination of acquisition strategy for this procurement.  The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources.  A market survey is being conducted to determine if there are a reasonable number of firms, large or small businesses, interested in performing the required work in the required locations.  A decision as to whether the work will be set-aside for specific socio-economic category businesses is pending.  We would like to hear from small businesses, small disadvantaged businesses, HUBZONE small businesses, woman-owned small businesses, or service-disabled veteran-owned small businesses in particular.  In any case, if you are interested in this work, please respond accordingly.

Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS Code for this acquisition is 237990. The business size standard for NAICS Code 237990 is $45 million.

This Sources Sought Synopsis shall not be construed as a commitment by the Government, nor will any reimbursement be made for any costs associated with providing information in response to this request or any follow up information requests.  NO SOLICITATION IS CURRENTLY AVAILABLE.

BACKGROUND AND PURPOSE:

For the purpose of market research, USACE MVK will be utilizing this request for information to determine the availability of sources capable of providing the construction required as well as the acquisition approach best suited for this project.

PROJECT DESCRIPTION:

The work consists of furnishing all necessary plant, labor, materials, and equipment, and performing all work for constructing a longitudinal stone revetment to fill existing scour at the lower approach to Lock and Dam 2 (Overton Lock and Dam) located southeast of Alexandria, LA. Principal features of the work include mobilization and demobilization; and furnishing, delivering, and placing Graded Stone “B”.

The Contractor shall begin performance within 10 calendar days and complete the work within 142 calendar days after receiving the notice to proceed. The notice to proceed with construction will be issued after receipt of and Government verification of the required performance and payment bonds.

The Government will provide electronic drawings and specifications with the posting of the solicitation.

Pursuant to DFARS 236.204(ii), the estimated magnitude of construction of this project is between $5,000,000 and $10,000,000.

Response format:

Responses shall not exceed 5 pages in total, inclusive of all offeror attachments. A one (1) page executive summary shall not be considered part of the total page limit.  The Capability Statement shall be comprised of the below information:

1. Brief History of the company.

2. Experience in delivering same or similar services/supplies. This section shall demonstrate the offer’s experience and ability to provide skilled personnel and manage requirements that are the same or similar to those addressed in the project description or PWS.

3. List of current or previous contracts: The offeror shall provide contract title, contract number, period of performance, dollar amount, and description of work performed on up to five Government contracts. List should be limited to work performed within the last five years and include reference name, email, and phone number.

4. General information:

a. Firm Name, address(es), points of contact, telephone numbers, and email addresses

b. Cage Code

c. NAICS (list all NAICS under which your firm is registered)

d. Offeror’s business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service-Disabled Veteran Owned Small Businesses, and Women-Owned Small For 8(a) Contractors, please include anticipated graduation date from the 8(a) Program.

e. Identification of Joint Venture, if applicable (Business Name, Business Size and Cage Code of JV).

5. Offeror’s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars).

6. What features of work would be self-performed and what features of work would you subcontract out?

7. What equipment do you or your subcontractors own and what equipment would you have to lease in order to successfully perform this contract?

SUBMIT TO:

Submissions shall be via email to Andrew McCaskill, Contract Specialist, at [email protected] and carbon copy R. Ellis Screws, Contracting Officer, at [email protected].

Responses should be sent as soon as possible, but not later than 12:00 PM Central, July 7, 2025. Please use the following subject line for the email: “W912EE25S0016 – Lock and Dam 2.”

Telephone inquiries will not be accepted or acknowledged.