Opportunity

SAM #PANNWD26P0000030936

Construction Services for Missouri River Bank Stabilization and Navigation Program (BSNP)

Buyer

USACE Kansas City District

Posted

May 13, 2026

Respond By

June 01, 2026

Identifier

PANNWD26P0000030936

NAICS

237990

This opportunity seeks qualified contractors for construction services supporting the Bank Stabilization and Navigation Program (BSNP) along the Missouri River. - Government Buyer: - U.S. Army Corps of Engineers, Kansas City District (DEPT OF DEFENSE, DEPT OF THE ARMY, US ARMY CORPS OF ENGINEERS, ENDIST KANSAS CITY) - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Products/Services Requested: - Construction, modification, and repair of stone dikes and revetments - Bank paving and hard points - Revetment overlays - Excavation of notches - All work must be performed by floating plant (barge-based equipment) due to lack of land access - Contractors must mobilize, load, and unload barges from accessible quarries with graded stone - Equipment must access structures with water depths of 4 feet or greater - Unique/Notable Requirements: - Work is performed exclusively by floating plant; no land access is available - Davis Bacon Act labor standards apply - MATOC IDIQ contract with $50 million shared capacity - NAICS code: 237990 (Other Heavy and Civil Engineering Construction) - Product Service Code: Z2PZ (Repair or Alteration of Other Non-Building Facilities) - Place of Performance: - Missouri River between St. Louis, MO and Rulo, NE - Contracting office located in Kansas City, MO

Description

Sources Sought

Bank Stabilization and Navigation Program (BSNP)

INTRODUCTION

The U.S. 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 these requirements for construction services in support of the Bank Stabilization and Navigation Program (BSNP).

The contractor shall include the following but is not limited to: construct, modify, or repair stone dikes and revetments; bank paving and hard points; revetment overlays; and excavation of notches.

The work requires the capability of mobilizing, loading, and unloading barges from accessible quarries with graded stone along the Missouri River. Structures are located between the high banks of the Missouri River to include side channel chutes. All work to be performed will be completed by floating plant as no land access will be available. Stone is typically placed by way of track-hoe from a work barge. Contractor equipment shall have ability to access designated structures with depths of 4 feet and greater.

The anticipated contract type is a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract (MATOC). The MATOC pool will have a shared capacity limit of $50 Million (i.e., the collective value of all task orders issued under the MATOC pools will not exceed $50 Million).

Period of Performance

The contracts will have a three-year base and a two-year option ordering period, during which task orders may be issued.

Places of Performance

Work is within the Missouri River between the confluence with the Mississippi River (River Mile 0) near St. Louis, MO and Rulo, NE (River Mile 498.4).

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 Z2PZ - Repair or Alteration of Other Non-Building Facilities. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

Small businesses are encouraged to participate. This acquisition may be reserved in part for small business concerns or a specific type of small business concern such as 8(a) participants, HUBZone small businesses, service-disabled veteran-owned small businesses, or women-owned small businesses. The responses to this notice will guide the Government's decision regarding the extent and type of small business reserve that is utilized for this acquisition.

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; and 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.

HOW TO RESPOND TO THIS NOTICE 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.

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 UEI 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. Submit details of a project, either complete or substantially complete within the last 5 years, showing experience in work described in the scope of work. Details should include project name, date, description of work self-performed and customer served.

The proposed contract action is anticipated to include tasking that would be accomplished by labor categories that are subject to the Davis Bacon Act.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Nathaniel Leyba, and Contracting Officer, Laura Hedrick, in either Microsoft Word or Portable Document Format (PDF), via email Nathaniel Leyba at Nathaniel.j.leyba@usace.army.mil, and Laura Hedrick at Laura.L.Hedrick@usace.army.mil. The deadline for responses to this request is no later than 12 pm, CDT, 1 June 2026.

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.

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.”

(END OF SOURCES SOUGHT)

View original listing