Sources Sought
Missouri River Navigation Obstruction Removal
INTRODUCTION
The Army Corps of Engineers, Kansas City District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for construction services to remove navigation obstructions on the Missouri River at River Mile 67-69. The general scope of the work includes, but is not limited to dismantling, demolition, removal, and disposal of navigation obstructions. Work consists of mobilization to the obstruction areas with appropriate removal equipment and the lowering of obstructions to the elevations specified or as directed by the Contracting Officer. All work to be performed will be completed by floating plant as no land access will be available. Mechanical methods will be used for removal of the obstructions. Contractor shall be required to be in full compliance with state and federal Clean Water Act Guidelines (Sections 404(b)(1) and 401 water quality permits). The intention is to procure these services on a competitive basis.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
PLACE OF PERFORMANCE
Franklin County, Missouri, River Mile 67-69
DISCLAIMER
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”
If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.
The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
ELIGIBILITY
The applicable NAICS code for this requirement is 237990 – Other Heavy and Civil Engineering Construction, with a Small Business Size Standard of $45,000,000.00. The Product Service Code is Y1PC - Construction of Unimproved Real Property (land). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 12 pm, CDT, 7 April 2025. All responses under this Sources Sought Notice must be e-mailed to Nathaniel Leyba at nathaniel.j.leyba@usace.army.mil.
This documentation must address at a minimum the following items:
1. Business name, address, point of contact, phone number, and e-mail address
2. Business DUNS number and Cage Code number
3. State specific interest in providing a bid if a solicitation is issued
4. Address capability to perform a contract of this magnitude and complexity
5. Type of business and business size
6. Joint Venture information, existing and potential, if applicable
7. Offeror's Bonding Capability
8. Contractor may submit examples of work done by a subcontractor if that subcontractor
intends to enter into a letter of commitment with the contractor
9. Within the past three years, does your firm have experience in excavation in a marine
environment with mechanical methods? This experience must include operation of work
barges, floating plant, and heavy equipment. Please submit minimum of one but no more
than three examples of experience (include contract number, agency/customer, duration
of the project, dollar value)
The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Davis Bacon Act.
Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Nathaniel Leyba, in either Microsoft Word or Portable Document Format (PDF), via email nathaniel.j.leyba@usace.army.mil.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted.
All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
(END OF SOURCES SOUGHT)