Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2025 SAM #8762
SOURCES SOUGHT

99 -- Sources Sought for Design-Build Construction Services for Levee Access Manholes Project (Kansas City, KS)

Notice Date
11/20/2025 1:14:21 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
PANNWD26P0000028010
 
Response Due
12/8/2025 12:00:00 PM
 
Archive Date
12/31/2025
 
Point of Contact
Erick Ottoson, Phone: 816-389-3878, Laura Hedrick, Phone: 816-389-3023
 
E-Mail Address
erick.s.ottoson@usace.army.mil, laura.l.hedrick@usace.army.mil
(erick.s.ottoson@usace.army.mil, laura.l.hedrick@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), Kansas City District, is conducting market research for a potential design-build construction project at the Fairfax-Jersey Creek Levee Unit on the Missouri River in Kansas City, KS. The purpose of this notice is to obtain information about the level of interest, capabilities, and qualifications of interested firms, including small businesses. A brief synopsis of the proposed effort is as follows: Design-build construction services to install approximately forty access manholes on existing seepage lines on a levee. The contractor would be responsible for design and construction of manholes on the landside levee slope and berm. The access manholes are needed to facilitate regular inspection of the existing seepage collection system. Minimally invasive excavation methods are preferred, to minimize excavations left unattended for more than 24 hours, that would risk stability of the levee. Any drilling and/or excavations must be in accordance with USACE Engineering Regulation (ER) 1110-1-1807, Drilling and Invasive Activities at Dams and Levees. This ER requires the driller to have a PE or RG with five years of experience drilling, and experience on at least two projects on dams or levees. A Drilling and Invasive Program Plan (DIPP) must be prepared by a licensed Professional Engineer or Geologist experienced in the type of activities proposed and approved by USACE prior to work. Max hole depth is estimated to be 35 feet deep. Contractor will be required to conduct their own investigations and survey if they deem it necessary. There is currently no access to the seepage line pipe, except for two manholes that were placed by the levee district using vacuum excavation in 2021. Temporary flood protection plans will be required to prevent the presence of open holes in the levee during a flood. Current levee crest elevation must always be maintained during construction, and all holes must be backfilled at a rate exceeding the river�s rise if a flood is anticipated. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990, �Other Heavy and Civil Engineering Construction.� The small business size standard is $45M. Large businesses are not precluded from replying to this notice. The anticipated magnitude of this project is between $1,000,000 and $5,000,000. You are invited to respond to this notice by submitting the following information: 1. Firm�s name, address, CAGE code, point of contact, and email address. 2. Firm�s level of interest in providing a proposal if a solicitation is issued. 3. A brief synopsis of your company�s overall capabilities to meet this requirement. 4. A list of sample project(s) from within the last 3-5 years that involved design and/or construction of access manholes. For each project, please provide: (a) Brief description of the project. (b) Was it a design-build project (yes/no)? (c) Magnitude in dollars. (d) Whether your firm was the prime or a subcontractor. (e) Brief description of your firm�s role in the project. 5. If your response to the previous question did not include any design-build projects but your firm does have design-build experience, please describe that experience. 6. Firm�s business size (small or large) as it relates to NAICS code 237990. If a small business, specify if your company is any of the following: (a) Service-Disabled Veteran-Owned Small Business. (b) HUBZone Small Business. (c) 8(a) Small Business. (d) Women-Owned Small Business. (e) Economically Disadvantaged Women-Owned Small Business. 7. Firm�s Joint Venture information, if applicable. 8. Bonding Capability -- Construction bonding level per contract and aggregate. Responses shall not exceed 15 pages. All attachments must be in either Microsoft Word or Adobe pdf format. ***No bids or proposals are being requested at this time.*** Interested offerors shall respond no later than 2:00 p.m. (CST) on December 8, 2025. Please email your response to Contract Specialist Erick Ottoson at erick.s.ottoson@usace.army.mil. Include the words �Sources Sought Number PANNWD-26-P-0000 028010� in the subject line of your email. Email is the preferred method of delivery for responses to this notice. Responses by fax will not be accepted. * * * If a solicitation is released in connection with this notice, vendors must be actively registered in the System for Award Management (SAM.gov) to be eligible for award of federal contracts. Information about the registration process can be found on the SAM.gov website, including at the following link: https://sam.gov/content/entity-registration. Registration assistance for small businesses may also be available through the APEX Accelerators program. To find an APEX Accelerator near you, go to https://www.apexaccelerators.us/#/. (You might need to scroll down on the Apex Accelerator website page to find the search function.) THIS IS A FREE SERVICE BY A NONPROFIT PAID FOR BY THE U.S. GOVERNMENT. THIS SOURCES-SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. IT IS NOT A REQUEST FOR BIDS, QUOTES, OR PROPOSALS AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT. THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION SUBMITTED OR ANY ADMINISTRATIVE COSTS INCURRED IN RESPONDING TO THIS NOTICE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5774df55281549bd91ce43f947bc9d6e/view)
 
Place of Performance
Address: Kansas City, KS
 
Record
SN07648526-F 20251122/251120230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.