Market Survey for Louisville Metro Flood Protection System - Phase 2 Canal Station Floodwall Replacement
A market survey is being conducted to determine if there are a reasonable number of interested small businesses to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business and you are interested in this project please respond appropriately.
Project Location: 2005 Northwestern Parkway, Louisville KY 40203
Project Description: This project includes the demolition of existing floodwall and utilities and the installation of approximately 516 feet of new reinforced concrete floodwall. Grading and stormwater improvements will also be required in the project area.
Contract duration is estimated at 365 calendar days. The estimated construction cost range is between $1,000,000 and $5,000,000 per FAR 36.204. NAICS code is 237990 – Other Heavy and Civil Engineering Construction.
All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this survey via email to Kelly.S.Duggins@usace.army.mil by 09 September 2025 at 10:00 AM EST.
Responses should include:
1. Identification and verification of the company’s small business status.
2. Contractor’s Unique Entity Identifier (UEI) and Cage Code.
3. Documentation from the firm’s bonding company showing current single and aggregate performance and payment bond limits.
4. Description of Experience – Provide descriptions of up to (3) projects completed by you as the prime contractor within the last (7) seven years which are similar to this project in size and scope. Provide documentation demonstrating experience for similar type of work and managing multiple sub-contractors. Demonstrate experience including self-performing 15% of the work. Provide documentation demonstrating experience for projects of similar type projects. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance.
a. Projects similar in Scope to this project include:
For each project submitted, describe the work performed in terms of scope, highlighting similarities to the Phase 2 Canal Station Floodwall Replacement project. Projects considered similar in scope may include:
- Construction or replacement of floodwalls or levees.
- Retaining wall construction using techniques comparable to floodwall construction, especially where work addressed slope stability concerns.
- Projects involving braced deep excavations.
- Linear foundation work of significant length, especially where alignment and grade control were critical.
**When describing the scope, include information on structural concrete work, deep foundation installation, utility relocation, grading, and stormwater improvements, if applicable.
b. Projects similar in size to this project include:
For each project submitted, provide the overall size of the work, noting:
-Linear projects that are at least 10 times longer than their average width.
-Projects that rehabilitated or constructed at least several hundred linear feet of wall or foundation.
-Projects that required substantial deep foundation installation (driven sheet pile or H-piles) to depths of 30–50 feet. Specify the measured length and width of the constructed feature(s), and note any driven foundation lengths, excavation depths, or other relevant size metrics.
c. Based on definitions above, for each project submitted, include:
I. Scope of the project
II. Size of the project
III. Dollar value of the project
IV. The portion and percentage of work that was self-performed
5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm’s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.
NOTE: Total submittal package shall be no longer than 10 (single sided) pages. Please only include a narrative of the requested information; additional information will not be reviewed.
Email responses and any questions to Kelly Duggins at Kelly.S.Duggins@usace.army.mil.
Responses are due 09 September 2025 at 10:00 AM EST. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately for responses to this market survey.
NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought.
All contractors must be registered in the System for Award Management (www.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer – System for Award Management, which indicates “All payments by the Government under this contract shall be made by electronic funds transfer (EFT).” Those not currently registered can obtain registration by going to the website http://www.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.
Please begin the registration process immediately to avoid delay of the contract award should your firm be selected.
ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.
Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM.
Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM.
To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.sam.gov).