Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2025 SAM #8601
SOURCES SOUGHT

Y -- Prospective Dredging Operations in Mississippi Region

Notice Date
6/12/2025 8:33:14 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
 
ZIP Code
70118-3651
 
Solicitation Number
W912P8-25-SS-0013
 
Response Due
6/27/2025 9:00:00 AM
 
Archive Date
07/12/2025
 
Point of Contact
jeff sprunger, Cori A. Caimi, Phone: 5048621352
 
E-Mail Address
jeffrey.s.sprunger@usace.army.mil, Cori.A.Caimi@usace.army.mil
(jeffrey.s.sprunger@usace.army.mil, Cori.A.Caimi@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), New Orleans District (MVN) requests capability statements from qualified industry partners. USACE MVN has been tasked to solicit and award a firm-fixed-price construction contract for Mississippi River, New Orleans Harbor, and various bar channels, Cutterhead Dredge. No reimbursement will be made for any costs associated with providing information in response to this request or any follow-up information requests; all costs associated with responding to this Notice will be solely at the responding party's expense. 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 - Dredging and Surface Cleanup Activities, with a size standard of $37,000,000.00. The magnitude of construction is between $10,000,000.00 and $25,000,000.00. To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. By way of this Market Survey/Sources Sought Notice No. W912P8-25-SS-0013, USACE MVN intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to contract for any supply or service. Further, USACE MVN will not accept unsolicited proposals. In accordance with Federal Acquisition Regulation (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. PROJECT DESCRIPTION: This works consists of furnishing one fully crewed and equipped hydraulic pipeline cutterhead dredge for the removal and satisfactory disposal of material in the New Orleans Harbor, GIWW Lock Forebays, Bayou Lafourche, Baptiste Collette, Houma Navigation Canal, and Barataria Bar Channel. All work will be done in a federal channel. Work will not be conducted on a controlled facility. The Contractor will not have access to the CORPS network. The work is over the $150K threshold. This is an unclassified contract and the Contractor will not have access to critical information. Further details of the location, size, and configuration of the areas required will be given in the dredging assignments. There will be no drawings with these solicitations. If all items are exercised, the estimated time of completion is 251 calendar days after receipt of notice to proceed. Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code. 2. In consideration of NAICS code 237790, with a small business size standard in dollars of $37,0000,000.00, if you are a small business, indicate which of the following small business categories your business is classified under: Other than Small Business, Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 3. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 4. The submittal should contain the number of vessels in your fleet and size of each vessel. 5. Total submittal shall be no longer than ten (10) pages in one (1).pdf file. Comments will be shared with the Government and the project team, but otherwise well be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT AN RFP. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this source sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this sources sought notice no later than 27 June 2025 by 5:00 pm CST. All responses under this Sources Sought Notice must be emailed to the Contract Specialist, Jeffrey.s.sprunger@usace.army.mil and the Contracting Officer, Ms. Veronica Garner-Flint at veronica.garner-flint@usace.army.mil referencing the source sought notice number W912P8-25-SS-0013. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for an award. Vendors must all be registered in SAM under the applicable NAICS code 237990 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6e3c52d13f4f46c3a3bedd3b33cee602/view)
 
Place of Performance
Address: New Orleans, LA 70123, USA
Zip Code: 70123
Country: USA
 
Record
SN07476371-F 20250614/250612230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.