MN - Levee Repair
Sources Sought from US FISH AND WILDLIFE SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Feb 20, 2026. Industry: NAICS 237990.
Market snapshot
Awarded-market signal for NAICS 237990 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 237990
Description
The purpose of this SOURCES SOUGHT NOTICE is for Market Research ONLY to determine interest and capability of potential qualified Small Business, Certified 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard is $45 Million.
The proposed project: The services required for this Levee Repair project will include embankment rehabilitation, riprap water control structure, remove three CMP water control structures, as well as the potential of alternate items for the replacement of reinforced concrete pipe(s) and end piece(s) and to gravel Dike Road at the Minnesota Valley National Wildlife Refuge in Bloomington MN, for the U.S. Fish and Wildlife Service (FWS).
The estimated price range is between $1,000,000.00 and $5,000.000.00. The NAICS code is 237990. All interested Small Businesses, certified HUBZONE, 8(a), Woman-Owned Small Business, or Service Disabled Veteran Owned Business contractors should respond to this notice via email by 5:00pm ET February 20, 2026.
Responses shall include: 1) Contractors UEI Number 2) Name of firm with physical address and point of contact with a corresponding e-mail address. 3) State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, Woman Owned Small Business or Service-Disabled Veteran Owned Small Business. 4) Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 5) Capability statement, experience and three examples of construction contracts with at least $1M - $5M capacity completed within the past five (5) years
NOTE: Total submittal package shall be no more than 10 pages. Please only include a narrative of the requested information. Submit packages via email to christine_beauregard@fws.gov
Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement.
The Government will use responses to this sources sought notice to make an appropriate acquisition decision for the above project. If inadequate responses are received, this solicitation may be issued for full and open competition.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.