MANATEE HARBOR (O and M) WEIR REPAIR, MANATEE COUNTY, FLORIDA
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, Jacksonville District, has issued a Sources Sought notice for the Manatee Harbor (O&M) Weir Repair project in Manatee County, Florida. This is for preliminary planning and market research purposes only, not a solicitation for proposals. The government is gauging interest and capabilities from the construction community, including Small Businesses, for a potential Fiscal Year 2026 award. Responses are due by April 15, 2026, at 3:00 PM EDT.
Scope of Work
The project involves maintenance and improvement measures for the Manatee Harbor Dredged Material Management Area (DMMA). Key tasks include:
- Construction of a new set of weirs at the north-east corner of the DMMA, comprising two concrete box weir structures, associated shallow foundations, HDPE discharge pipes, retaining headwall/endwalls, outfall area, FRP weir boards, flap gates, aluminum gangway, and aluminum floating dock.
- Maintenance to the east and south segments of the existing perimeter ditch.
- Associated work includes removal and reconstruction of existing embankments, excavating a plug in the perimeter ditch to reconnect it with the existing east weir set's outfall, and plugging the north-east corner of the perimeter ditch for access.
- Perimeter ditch work requires clearing, grubbing, de-mucking, reshaping, and regrading to a uniform cross-section, with grass establishment on all disturbed areas.
Contract & Timeline
- Type: Sources Sought (preliminary planning for a potential Lowest Price Technically Acceptable (LPTA) Request for Proposal)
- Target Price Range: $5,000,000.00 to $10,000,000.00
- Estimated Period of Performance: 270 calendar days after Notice to Proceed
- NAICS Code: 237990 (Other Heavy and Civil Engineering Construction)
- Small Business Size Standard: $45.0 million
- Response Due: April 15, 2026, 3:00 PM EDT
- Published: March 18, 2026
- Anticipated Solicitation Issuance: On or about June 11, 2026
- Anticipated Solicitation Response Due: On or about July 13, 2026
Response Requirements
Interested parties must submit a response, limited to 5 pages, via email to guesley.leger@usace.army.mil and ruth.c.rodriguez@usace.army.mil. The response must include:
- Company/Contractor name, address, point of contact, phone, and email.
- Company's interest in submitting a proposal.
- Company's capability to perform work of this magnitude and complexity, including at least 3 comparable project examples from the past 10 years (brief description, customer name, customer satisfaction, timeliness, dollar value).
- Offeror's Small Business classification (e.g., Small Business, SDB, 8(a), HUBZone, SDVOSB, WOSB).
- Details on anticipated subcontracting or teaming arrangements, including Joint Venture information.
- Bonding Capacity (per contract and aggregate) via letter from a bonding company.
Additional Notes
This is not a solicitation, and no contract will be awarded from this Sources Sought. No reimbursement will be made for response costs. Prior Government contract work is not required. Registration in the System for Award Management (SAM) is required to be eligible for future awards.