Bank Stabilization and Navigation Program (BSNP)
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.
Quick Summary
The U.S. Army Corps of Engineers, Kansas City District, is conducting market research through this Sources Sought to identify qualified contractors for the Bank Stabilization and Navigation Program (BSNP). This program requires construction services for bank stabilization and navigation features along the Missouri River. Responses will inform the government's decision on potential set-asides. Capabilities statements are due by June 1, 2026, at 12 PM CDT.
Scope of Work
Contractors will be required to construct, modify, or repair stone dikes and revetments, bank paving and hard points, revetment overlays, and perform excavation of notches. All work must be performed by floating plant, as no land access will be available, and equipment must be capable of accessing designated structures in depths of 4 feet or greater. The work spans the Missouri River from St. Louis, MO (River Mile 0) to Rulo, NE (River Mile 498.4).
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract (MATOC)
- Shared Capacity: $50 Million (collective value of all task orders)
- Period of Performance: Three-year base ordering period with a two-year option ordering period
- NAICS Code: 237990 – Other Heavy and Civil Engineering Construction (Size Standard: $45,000,000.00)
- Product Service Code: Z2PZ - Repair or Alteration of Other Non-Building Facilities
- Published Date: May 13, 2026
- Response Due: June 1, 2026, 12 PM CDT
Set-Aside
Small businesses are highly encouraged to participate. This acquisition may be reserved in part for small business concerns or specific types of small businesses (e.g., 8(a), HUBZone, SDVOSB, WOSB). Responses will guide the government's decision regarding the extent and type of small business reserve utilized.
Response Requirements
Interested parties must submit a capabilities statement (max 10 pages) addressing:
- Business name, contact information, UEI, and CAGE Code.
- Specific interest in bidding if a solicitation is issued.
- Capability to perform a contract of this magnitude and complexity.
- Business type and size.
- Joint Venture information (if applicable).
- Bonding capability.
- Examples of work done by subcontractors (if applicable).
- Details of a relevant project completed within the last 5 years.
Additional Notes
This is for informational purposes only and is not a Request for Proposal (RFP). The government is not obligated to award a contract and will not pay for information submitted. Tasking is anticipated to be subject to the Davis Bacon Act. All responses should be submitted electronically to Nathaniel Leyba (Nathaniel.j.leyba@usace.army.mil) and Laura Hedrick (Laura.L.Hedrick@usace.army.mil).