THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P826-SS-0002. The purpose of this sources sought notice is to obtain insight into the interest, capabilities, and qualifications of firms; as well as assist the Government in preparing market research and establishing an acquisition strategy in support of this effort.
The U.S. Army Corps of Engineers, New Orleans District seeks qualified Construction firms interested and capable of providing construction services for the Grand Isle and Vicinity, Jefferson Parish, Louisiana rehabilitation project. The work consists of construction of 31 segmented stone breakwaters and 10 navigation lights in the 16,000-foot gap located between the existing western and eastern breakwater fields. The breakwaters will consist of geotextile, core and bedding stone, and armor stone. Each segment would be approximately 250 feet long and would have 250-foot gaps between them. The breakwater top elevation would be (+) 6 NAVD88, 2 to 4 feet from the seafloor to water elevation or approximately 5 feet above the water surface). The distance offshore varies across the proposed breakwater alignment but is not anticipated to exceed 10 feet. Barge mounted draglines and excavators will be used to place the geotextile fabric and rock. Navigational lights would be installed along the line of newly constructed breakwaters. The navigational light platforms (NLPs) would measure two feet wide by four feet wide. A barge mounted pile driver would be used to drive piling to construct a tripod shaped structure upon which a navigational light would be mounted.
After review of the responses to this Sources sought synopsis, and if the Government plans to proceed with an acquisition including an alternative construction methodology, a solicitation announcement will be published in the BETA/SAM.com with this construction method included. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given.
The Estimated Magnitude of construction is between $25,000,000.00 and $100,000,000.00. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990.
The following information is requested in this Sources Sought (SS) announcement with a limit of twenty (20) pages for your response:
- Organization name, address, email address, website address, telephone number, and business size (e.g. large business, small business, 8(a), HUBZone, SDVOSB, WOSB, VOSB, other) and type of ownership for the organization; include DUNS number and CAGE code.
- Provide a description of your firm's interest in providing a proposal, please provide at least 2 recent relevant/comparable projects completed within the past 10 years (no more than 2 pages per project). The completed projects shall demonstrate your firm's capability to execute this type of construction effort and capability of coordinating with National Marine Fisheries, Fish and Wildlife Service and Coast Guard. It is recommended to include a brief description of the project and how it is comparable to the work required for this project, familiarity with similar construction projects including customer name and contact information, timeliness of performance with respect to the contract schedule, customer satisfaction, contract type (e.g., Firm Fixed Price, Fixed Price Incentive, etc), delivery method (Design-Bid-Build, Design-Build, etc) and dollar value of each project.
- Identify if, based upon the scope of this project, you would form a joint venture to execute this work. Provide Joint Venture information, if applicable, including DUNS number and CAGE code.
- Provide your firm's Bonding Capability. Include any concerns associated with providing performance and payment bond for amount of $40M.
- Provide your firm's capabilities/availabilities in performing the required construction efforts, given the current market conditions. Identify any workload constraints regarding available personnel, equipment, and/or materials required to perform the planned construction efforts, given the current market conditions. Please explain any market pressures that may be apparent.
- Executive Order (E.O.) 14063, Use of Project Labor Agreements for Federal Construction Projects, requires agencies to use project labor agreements in large-scale construction projects to promote economy and efficiency in the administration and completion of Federal construction projects. A Project Labor Agreement is anticipated to be required for this construction contract. For additional information on this requirement please refer to the Federal Acquisition Regulation (FAR) Part 52.222-33 “Notice of Requirement for Project Labor Agreement” and Part 52.222-34 “Project Labor Agreement”.
- Provide input on any concerns or risks your firm has, based on the information provided in this source sought.
Please send your responses no later than 10:00 a.m. CST, December 1, 2025, via email to Melissa.A.Vaughn@usace.army.mil.