W912EE
SAM.gov Sources Sought Notice and Market Research
NOTICE INFORMATION
Agency/Office:
U.S. Army Corps of Engineers
Location:
USACE Vicksburg District
Title:
FC/MR&T, Yazoo River Basin, Tallahatchie County, Mississippi, Upper Yazoo Projects, Item 7C 2B III, Channel Improvement W912EE25S0012
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:
MVK is seeking qualified contractors with the capability and capacity to perform the scope of work indicated.
The work consists of furnishing all plant, labor, materials, and equipment and constructing the Upper Yazoo Projects, Item 7C 2B III Channel Improvement in Tallahatchie County. Principal features of the work include clearing, grubbing, debris removal, excavation and grading, erosion control, storm water pollution prevention and all other work associated with constructing the longitudinal peaked stone dikes, transverse stone dikes, and stone tiebacks on the banks and channel of the Little Tallahatchie River in the vicinity of Tallahatchie County, Mississippi, with a relatively short construction period.
The Contractor shall begin performance within 10 calendar days and complete the work within 245 calendar days after receiving the notice to proceed. The Notice to Proceed with construction will be issued after receipt 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 $1,000,000 and $5,000,000.
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 subcontractor own and what equipment would you have to lease in order to successfully perform this contract?
Submit To:
Submission shall be via email to Andrew McCaskill, Contract Specialist, at andrew.mccaskill@usace.army.mil and carbon copy R. Ellis Screws, Contracting Officer, at Ellis.Screws@usace.army.mil.
Responses should be sent as soon as possible, but not later than 12:00 PM Central, June 6, 2025. Please use the following subject line for the email: “W912EE25S0012 - UYP Item 7C 2B III.
Telephone inquiries will not be accepted or acknowledged.