Atchafalaya Basin Construction – Bayou Sale East West Tie-In
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
SOURCES SOUGHT NOTICE
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME.
The U.S. Army Corps of Engineers (USACE), New Orleans District (MVN), is conducting market research to identify qualified, experienced, and interested industry partners capable of performing the upcoming requirement titled:
Atchafalaya Basin Construction – Bayou Sale East West Tie-In
USACE MVN anticipates awarding a firm-fixed-price construction contract following completion of acquisition planning. This Sources Sought Notice is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) and shall not be construed as a commitment by the Government. Respondents are advised that the Government will not pay for submission of information in response to this Notice.
This acquisition is currently planned under NAICS 237990 – Other Heavy and Civil Engineering Construction, with a Small Business Size Standard of $45,000,000 (or current standard at the time of solicitation). The estimated magnitude of construction is approximately $1 to 5M for Phase 1.
Responses to this Sources Sought will help the Government determine the appropriate acquisition strategy, including potential small business set-asides.
PROJECT DESCRIPTION
The U.S. Army Corps of Engineers, New Orleans District, requires construction of approximately 0.5 miles of levee along the Gulf Intracoastal Waterway (GIWW) under the LA-317 bridge, tying into the existing ramp and drainage system.
Work includes, but is not limited to:
-
Raising the levee to an elevation of 10–15 ft NAVD88 using approx. 19,500 cubic yards of borrow material
-
Access road and haul route improvements
-
Levee embankment construction
-
Slope grading
-
Ditch improvements
-
Access ramp realignment
-
Site clearing and grubbing
-
Erosion control measures (silt fencing, etc.)
-
Site preparation and compaction activities
The project is intended to improve levee grade and stability while maintaining safe access to adjacent facilities.
Estimated period of performance: 150–175 calendar days.
The Government is considering a competitive small business set-aside, pending results of this market research.
REQUESTED INDUSTRY INFORMATION
Interested and capable firms are invited to submit a capability statement addressing ALL of the following:
-
Firm Information
-
Name, address, POC, phone, email, and CAGE Code.
-
-
Business Size & Socioeconomic Category
Under NAICS 237990, indicate whether your business is:-
Other Than Small Business
-
Small Business
-
HUBZone Small Business
-
Woman-Owned Small Business
-
Small Disadvantaged Business
-
8(a) Business
-
Service-Disabled Veteran-Owned Small Business (SDVOSB)
-
-
Representations Regarding Government Contract Participation
Indicate whether your firm is currently prohibited from doing business with the Federal Government.-
Yes / No (If Yes, provide explanation.)
-
-
Relevant Construction Experience
Demonstrate prior experience with projects involving:-
Levee construction
-
Levee raises or embankment construction
-
Heavy civil site work
-
Borrow excavation, hauling, and placement
-
Waterway or GIWW-adjacent construction
Provide examples (contract number, dollar value, description of work, completion date).
-
-
Equipment & Resources
Identify equipment available to support the project (earthmoving, soil compaction, hauling fleet, etc.), including ownership or leasing arrangements. -
Bonding Capability
-
Provide letter from bonding company or statement of bonding capacity (minimum $5M).
-
-
Submission Format
Responses shall not exceed 10 pages, submitted as a single PDF file.
SUBMISSION INSTRUCTIONS
All responses shall be submitted no later than: 5 January 2026 at 12:00 PM CST
Email capability statements to:
-
Francesca E. deBoer, Contract Specialist
Francesca.E.deBoer@usace.army.mil -
Christopher Nuccio, Contracting Officer
Christopher.Nuccio@usace.army.mil
Reference in the subject line:
Sources Sought – Atchafalaya Basin Construction – Bayou Sale East West Tie-In
Telephone inquiries will not be accepted. No evaluations or feedback will be provided.
NOTE: Vendors must be registered in the System for Award Management (SAM) under NAICS 237990 prior to award. Register at https://www.sam.gov or contact the SAM helpdesk at 1-866-606-8220.