By way of this Market Survey/Sources Sought Notice, the U.S. Army Corps of Engineers, Chicago District intends to determine the extent of firms that are engaged in providing the services described hereunder for CSSC Fish Dispersal Barrier Operations and Maintenance. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of an RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense.
At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice.
GOVERNMENT REQUIREMENTS: Under the planned contract,
The contractor shall furnish staff of experience, support equipment, and material of quantity to provide one (1) per shift 24-7 Operator; annual bridge crane inspection, load testing and certification; snow removal, West Bank refuse service and other miscellaneous maintenance and services for the USACE Chicago Sanitary and Ship Canal (CSSC) Aquatic Nuisance Species Dispersal Barrier (ANSDB or Dispersal Barrier) facility buildings in accordance with contract provisions herein
The Contractor shall furnish the management, personnel, services, tools, meters, parts, materials, supplies, data, and equipment, except as otherwise specified herein, required to operate and maintain the Aquatic Nuisance Species Dispersal Barriers (ANSDB) facilities.
This work includes 24/7 monitoring of the facility operations at a government site. The contractor will monitor the systems and provide conditions to the Contracting Officer Representative COR in a daily log to insure performance.
The ANSDB facility lies along the banks of the Chicago Sanitary and Ship Canal which is part of the Chicago Area Waterway System. The Dispersal Barriers consist of Permanent Barrier I (B1), Control Gear Backup Power Building (CGBP), Barrier IIA (IIA), Power Quality Building (PQ), Demo Barrier (Demo), Barrier IIB (IIB), and Parallel Gear Building (PG) and are located at 790 East Old Romeo Road, in Lockport, Illinois, 60441. The facility campus also includes a Maintenance Shed (West Bank Shed or West Shed) and a Boat Shed (Boat Shed) on the west bank of the CSSC. Other major assets include seven (7) stand-alone diesel generators with enclosures, two (2) high mast lights, electrical/parasitic switches, security fencing throughout, Closed Circuit Television System (CCTV), communication and electrical duct banks, sidewalk with fiberglass railings, electrical substations, and ComEd substations and transformers. The contractor will be responsible to furnish the management, personnel, services, tools, meters, parts, materials, supplies, data, and equipment, except as otherwise specified, required to operate and maintain the ANSDB facilities.
Type of Action: RFP, Firm Fixed Price Contract
Estimated Advertisement Date: October 2025
Estimated Award Date: November 2025
Estimated Performance Period: 5 years (base period and 4 option periods) under NAICS 561210 Facilities Support Services
MARKET SURVEY INFORMATION: This Agency requests that interested contractors complete the following to assist the government in its efforts.
Projects similar in scope to this project include:
Service experience must include 24-7 Operator; bridge crane inspection, load testing and certification; snow removal, refuse service, and parking lot maintenance.
- Identification and verification of the company's name and business size.
- Contractor's Unique Entity Identifier and Cage Code.
- Is your company currently “active” at SAM (System for Award Management? If not, does it plan to register?
To comply with the annual representations and certifications requirements (Reference: FAR Subpart 4.1102 – Policy (a)), Contractors are now REQUIRED to be registered in SAM at the time bid is submitted.
- In consideration of North American Industry Classification System (NAICS) code 561210, with a small business size in dollars of $47M, which of the following small business categories is your business classified under, if any? Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUB Zone Small Business, or 8(a) Small Business.
- Is your firm interested in performing as a subcontractor or prime?
- Does the interested vendor have experience in the work described for this project? If so, how mFany years? Please provide a listing of projects completed during the past three years, both for government and private industry. Please include the type of project, dollar value, contract number and location. Indicate if you worked as the prime or subcontractor
- Description of Past Performance: Interested firms may submit up to two (2) examples of similar projects that the firm has completed successfully within the last five (5) years. Projects that are 75% complete can be submitted to fulfill this requirement.
Based on the definitions above, for each project submitted, include:
a. Current percentage of service complete and the date when it was or will be completed.
b. Scope of the project.
c. Size of the project.
d. The portion and percentage of the project that was self-performed.
e. Name/Title of project, contact information of project point of contact.
f. Dollar Value of project.
In the consideration of the aforementioned government requirements, if your firm were to see an advertisement for this planned procurement, would your firm be interested in providing a bid?
NOTE: Total submittal package shall be no longer than 4 pages. Please only include a narrative of the requested information; additional information will not be reviewed.
SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to via email to Stephanie.l.boyd@usace.army.mil by 2:30 p.m. (Central Time) on Tuesday, October 14, 2025. Please ensure that the Notice ID number & title of the Sources Sought Notice of " W912P626SS00001” CSSC Fish Dispersal Barrier Operations and Maintenance,” is included in the subject line of the email). Any electronic files (EMAIL) CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to Ms. Stephanie Boyd’s email inbox. NEGATIVE REPLIES ARE WELCOMED.