Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2026 SAM #8857
SOURCES SOUGHT

S -- Operation and Maintenance of Arkansas Lakes Project

Notice Date
2/23/2026 10:59:53 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE26S0003
 
Response Due
3/11/2026 12:00:00 PM
 
Archive Date
03/26/2026
 
Point of Contact
Genna Wooten, Dustin G. Cannada, Phone: 6016317546
 
E-Mail Address
Genna.W.Wooten@usace.army.mil, dustin.g.cannada@usace.army.mil
(Genna.W.Wooten@usace.army.mil, dustin.g.cannada@usace.army.mil)
 
Description
W912EE THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT, NOR IS IT A REQUEST FOR PROPOSAL. THIS REQUEST DOES NOT OBLIGATE THE GOVERNMENT TO ANY CONTRACT AWARD. This sources sought posting is for information purposes only and is subject to change. The U.S. Army Corps of Engineers - Vicksburg District is requesting Capability Statements from all qualified and interested Small Businesses to participate in a solicitation for a broad variety of operations, routine and non-routine maintenance, repair, inspection, reconstruction, modernization and rehabilitation of project facilities, water control structures and features at three large flood control reservoirs managed by the U.S. Army Corps of Engineers, Vicksburg District, in the state of Arkansas (Lake Greeson, Lake Ouachita, and DeGray Lake). The NAICS Code for the proposed acquisition is 561210, Facilities Support Services, and the small business size standard is $47,000,000.00. Under FAR guidelines, the prime contractor must have the capability to perform at least 50% of the contract work with his-or-her own employees (FAR 52.219-14 Limitations on Subcontracting). The Government anticipates awarding a Firm Fixed Price (FFP) Single Award Task Order Contract for one base year and four option years plus a 6-month option using a Best Value Trade Off source selection process. This will result in the award of an indefinite delivery indefinite quantity (IDIQ) agreement with the use of task orders that will allow for routine and non-routine types of work. Non-routine work would include an immediate direct response to unforeseen requirements such as flood control emergencies, droughts, tornados, fires, and emergency repairs that affect electrical and water utility systems, and frequently changing field conditions that affect ongoing operation, maintenance, and construction work to a variety of facilities and flood control features. Many of the routine types of operations, maintenance, and repair activities that are included in the scope of this contract include but not limited to: Janitorial and Custodial Services Operation of Welcome/Visitor Center Lawn Maintenance and Mowing Dumpster Services Boundary Maintenance Maintenance and Repair of Roads, Road Features, Parking Areas, Signs, Boat Ramps, Traffic Counters, and Vehicle Barriers Natural Resource Management Labor, Equipment and Material Support for Dam, Spillway and Aids to Navigation Maintenance and Repair of Buildings, Structures, Facilities, Mechanical, Plumbing, Security and Electrical Systems Hazardous Waste Operations and Emergency Response The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements, as indicated in this posting, to submit a Capability Statement consisting of the information listed below. Appropriate documentation, literature, brochures, and past performance information with references should be included. Past performance documentation shall include contract numbers, contact names with phone numbers and email addresses, as well as a description of the services provided, contract type (i.e., fixed price or cost), and dollar value. The company's CAGE Code and UEI number must be included with the submission. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to the areas specified in the Scope of Work. Any brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Vicksburg District in tailoring requirements to be consistent with industry capabilities. This sources sought request is for information and planning purposes only. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. If a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. Respondents will not be notified of the Sources Sought results. All interested firms with 561210 as an approved NAICS code have until Wednesday, 11 March 2026, 2:00 p.m. (central time) to submit following information: Please provide your company name, address, point of contact with corresponding phone number, e-mail address, CAGE code and small business size under NAICS 561210. Indicate if your company is a small business and identify the small business socioeconomic categories of your business, if applicable. Evidence of capabilities to perform comparable/relevant work on three recent projects (not more than five years old). Include contract number, project name and key/salient features of the project, completion date, total contract value, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation. What experience does your company have with Government contracts? Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered. Electronic submissions via email are preferred. Facsimile submissions will not be accepted. Phone calls will NOT be accepted. Responses to this Sources Sought should be emailed to Genna Wooten at Genna.W.Wooten@usace.army.mil. Responses must be received no later than 11 March 2026, 2:00 p.m. (central time).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/25d7abfaa0fd442badfb3a9f0bff3004/view)
 
Place of Performance
Address: Royal, AR, USA
Country: USA
 
Record
SN07724534-F 20260225/260223230042 (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!  © 1994-2026, Loren Data Corp.