Similar Projects
NRCS EWP Erosion Control Project - Group 6
Infrastructure
Bidding
$50,000 CJ est. value
Vicksburg, MS 39183

NRCS EWP Erosion Control Project - Group 6
Infrastructure
Bidding
$50,000 CJ est. value
Vicksburg, MS 39183

Mississippi Lake Operations and Maintenance
Term Contract
Post-Bid
Vicksburg, MS

Emergency Drainage Repairs (NRCS) Possum Hollow Road Project
Infrastructure
Post-Bid
Vicksburg, MS 39183

Vicksburg Waterline Protection Project
Results
$998,000 est. value
Vicksburg, MS

Runway 1 Drainage Improvements
Infrastructure
Results
$141,275 est. value
Vicksburg, MS

Mill and Overlay Approximately 1.4 Miles of SR 822 (Old US 80)
Infrastructure
Bidding
$5,000,000 CJ est. value
Vicksburg, MS 39180

NRCS Erosion Control Project - Oak Ridge Site 1
Infrastructure
Post-Bid
Vicksburg, MS 39183

MS River Mile 616-326 AHP, Stone Bank Paving, FY-21, FC/MR&T, Channel Improvement Program, Indefinite Delivery/Indefinite Quantity (ID/IQ)
Term Contract
Results
$5,000,000 to $10,000,000 est. value
Vicksburg, MS 39183

Falco Slide Remediation Project
Infrastructure
Bidding
$400,000 CJ est. value
Vicksburg, MS 39183

Warren County Erosion Control Project (NRCS): Jeffers Hollow Road and Campbell Swamp Road
Infrastructure
Post-Bid
Redwood, Vicksburg, MS 39156

Castle Road Drainage Improvements
Infrastructure
Results
$45,593 est. value
Vicksburg, MS 39180

NRCS Erosion Control Project - Farmer Street and Clover Lane Stabilization
Infrastructure
Post-Bid
$400,000 est. value
Vicksburg, MS 39183

Ballground Road and Bell Bottom Road Drainage Improvements
Infrastructure
Results
$103,068 est. value
Redwood, Vicksburg, MS 39183

Freetown Road Roadway and Drainage Improvements
Infrastructure
Post-Bid
$300,000 est. value
Vicksburg, MS 39183

Last Updated 01/23/2023 02:31 AM
Project Title

RFQ Contractor - Mississippi River, RM 410.5-R, AHP, FC/MR&T, Channel Improvement, Yucatan Dikes 1U, 1R, and 2R, Dike Construction

Physical Address View project details and contacts
City, State (County) Vicksburg, MS 39183   (Warren County)
Category(s) Heavy and Highway
Sub-Category(s) Shoreline/Erosion/Drainage, Site Development
Contracting Method Competitive Bids
Project Status Feasibility Study, Request for Qualifications, Construction start expected January 2024
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

W912EE-23-B-0004 - Mississippi River, RM 410.5-R, AHP, FC/MR&T, Channel Improvement, Yucatan Dikes 1U, 1R, and 2R, Dike Construction This is a SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. This notice is for informational and market research purposes only. The proposed action will be a construction project resulting in a firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this Sources Sought Notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought announcement or any follow-up information. The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction. The Product Service Code (PSC) is Y1PZ, Construction of Other Non-Building Facilities. The associated Small Business Administration (SBA) Size Standard is $45 Million. Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be in effect for a period of one year from the date of this notice. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gauge interest, capabilities, and qualifications of various members of the Construction Community, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. Contractors may be a qualified Small Business, 8(a), Woman Owned Small Business, Service-Disabled Veteran Owned Small Business, and/or HUBZone contractor sources; as well as their size classifications relative to the NAICS code 237990, PSC code Y1PZ, and SBA Size Standard $45 Million. Depending upon the responses associated with the business categories listed above, the solicitation may either be set aside in one of those categories or be issued as a total small business or issued on an unrestricted basis. After review of the responses to this announcement and, if the Government still plans to proceed with this project, a separate solicitation announcement will be published on SAM.GOV. Responses to this announcement are not an adequate response to any future solicitation announcement. This Sources Sought Notice does not guarantee the future issuance of an Invitation for Bid; nor does it commit the Government to a contract for any construction requirements. Further, the Vicksburg District will not accept unsolicited proposals/bids. Respondents are advised that the Vicksburg District will not pay for any information or administrative cost incurred in response to this Notice. All cost associated with responding to this Notice will be solely at the responding party's expense. At this time, propriety information is not being requested and respondents shall refrain from providing propriety information in response to this Notice. 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 Solicitation, if any is issued. 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 DETAILS: The U.S. Army Corps of Engineers, Vicksburg District, requests letters of interest from qualified business construction contractors interested in performing construction services for Mississippi River, RM 410.5-R, AHP, FC/MR&T, Channel Improvement, Yucatan Dikes 1U, 1R, and 2R, Dike Construction. The work consists of furnishing all plant, labor, materials and equipment, and constructing the dike extensions at Yucatan Dike 1U, 1R, and 2R. Principal features of the work include mobilization and demobilization; and furnishing, delivering, and placing Graded Stone "A". Large river construction conditions such as high current velocities and deep-water placement depths, sometimes over 20 feet, are expected. In accordance with Federal Acquisition Regulation (FAR) 36.204(f), the estimated magnitude of construction is between $1,000,000 and $5,000,000. The estimated quantity of Graded Stone "A" is between 40,000 and 60,000 tons. It is estimated that construction of the potential requirement can be completed within 50 calendar days after receipt of Notice to Proceed. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and UEI. 3. Firm's interest in bidding on the solicitation, if issued. If your firm were to see an advertisement for this planned procurement within two to four weeks, would your firm be interested in providing a bid 4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, or Other Than Small Business (Large Business). 5. Firm's joint venture information (if applicable). 6. Bonding information (provide bonding limits on the bonding company's letterhead): a. Single bond b. Aggregate c. Point of contact for the bonding company 7. Please provide responses to the below questions regarding Small Business subcontracting goals if responding as an Other Than Small Business (Large Business). a. Do you believe all aspects of this requirement could be performed by the small business sector b. If yes, as a ____ large business / ____ small business, what estimated percentage do you think can be subcontracted out to small business Small Business (SB) ____% Small Disadvantage Business (SDB) ____% Woman-Owned Small Business (WOSB) ____% Veteran-Owned Small Business (VOSB) ____% Service-Disabled Veteran-Owned Small Business (SDVOSB) ____% Historically Underutilized Business Zone (HUBZone) ____% 8. All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response to this announcement. Include your firm's capability to execute comparable work performed within the past 10 years. The provided information shall include the following: a. Brief description of the project b. Customer name c. Customer satisfaction d. Timeliness of performance e. Dollar value of the completed projects Capability Statements shall describe past work experience and capability of work that your firm has performed as the Prime Contractor in the areas listed below that were performed under one contract. Include the total amount bonded by the submitting firm as the Prime Contractor. Projects must have been bonded by the submitting firm as the Prime Contractor to be considered. Detail what work was self-performed and what percentage of work was subcontracted. At least three (3) projects should be provided to demonstrate competency and experience in the required areas of work. Narratives shall be no longer than ten pages. Areas of work involving characteristics that are similar to the types of work described herein: o River-based training structure construction and repair. o Land-based with river access structure construction o Construction on a commercially active navigation channel o Placing Graded Stone A (5,000-pound top size stone) o Dike degradation o Recycling stone o Verification surveys o Developing quality assurance project plans o River Dredging with land or river-based dredge disposal o Pile Structures SUBMIT TO: Submission shall be via email to Freteshia Johnson, Contract Specialist, at Freteshia.l.johnson@usace.army.mil. Responses should be sent as soon as possible, but not later than 2:00 PM Central Time, January 23, 2023. Please use the following subject line for the email: "W912EE23B0004- Mississippi River, RM 410.5-R, AHP, FC/MR&T, Channel Improvement, Yucatan Dikes 1U, 1R, and 2R, Dike Construction". Telephone inquiries will not be accepted or acknowledged. All interested firms must be registered in the System for Award Management (www.SAM.gov) and maintain an active registration for the duration of the contract to be eligible for award of Government contracts. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 31 - Earthwork, Erosion and Sedimentation Controls.
Division 33 - Utilities, Storm Drainage Utilities, Ponds and Reservoirs.
Division 35 - Waterway and Marine Construction, Shoreline Protection, Waterway Construction and Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents