Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2009 FBO #2631
SOURCES SOUGHT

Y -- Big Sioux River and Skunk Creek, Phase 2C Levee Raise and Gated Structure

Notice Date
2/6/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Omaha, US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-09-R-0022
 
Response Due
2/27/2009
 
Archive Date
4/28/2009
 
Point of Contact
Stephanie Rostermundt, 402-221-4134<br />
 
Small Business Set-Aside
N/A
 
Description
The Omaha District, US Army Corps of Engineers is seeking qualified members of the Small Businesses Community (Small Businesses (SB) Small Disabled Small Business (SDB) Woman Owned Small Businesses (WOSB) Service Disabled Veteran Owned SB (SDVOSB) Historically Underutilized Business Zone (HubZones) and Section 8(a) Participants) or small business-led teams, and small business joint ventures and Other than Small (OTS) concerns that qualify under the North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction for the following requirement located at Big Sioux River and Skunk Creek, Phase 2C Levee Raise and Gated Structure. 1)This solicitation will require approximately 325,000 cubic yard (CY) of levee embankment (does not include topsoil). Access points are limited throughout the project. Although the overall construction period will be approximately 2 calendar years, several critical reaches will need to be placed with strict timelines: a) Approximately 35,000 CY will need to be placed from approximately August 15, 2010 through October 30, 2010 due to proximity to a Golf Course. The intent is to minimize the impact to the golf course during their peak usage months. It is critical that the successful contractor resource and execute this work in a timely fashion. The allowable construction period for this reach will require the contractor maximize the allowable construction days as the winter months can be unpredictable. b)Approximately 76,358 CY will need to be placed from approximately July 2009 to June 2010 due to proximity to a golf course. The intent is to minimize the impact to the golf course during their peak usage months. It is critical that the successful contractor resource and execute this work in a timely fashion. The allowable construction period for this reach will require the contractor maximize the allowable construction days as the winter months can be unpredictable. c)From the period of contact award until March 30, 2010, the successful contractor will have access to 41st Street from the project site. After March 30, 2010, the contractor will not be allowed to access 41st Street from the project due to the planned 41st Street Bridge Construction. Construction of three levee reaches immediately north (2 reaches) and south (1 reach) of the 41st Street Bridge at the Big Sioux River are required as part of this contract. Although at least one access location will be provided to access these reaches after March 30, 2010, construction routes will be impacted by only having potentially one access point for ingress and egress for each of these two respective reaches. 2)In addition to levee construction, a concrete gated structure will be constructed across the Big Sioux River immediately upstream of the Skunk Creek confluence as part of this contract. The approximate dimensions of this structure is 102 wide (cross channel dimension and does not include wing walls) by 35.5 tall by 16 Deep (dimension parallel with stream current). This structure incorporates 10 gates which are 8 wide by 15 tall. The gates will be controlled via automated controls. 3)Approximately 19 new drainage structures will be included in the scope of this contract. Criteria for small business contractors expressing interest: 1)Interested small business contractors must submit current bonding documents showing adequate bonding capacity for the overall contract value. 2)Interested small business contractors must submit examples of other similar type work successfully performed with similar cost magnitude in which strict construction windows applied for specific areas of work. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Code 236220 are hereby invited to submit a response to the market survey to demonstrate their technical, managerial and business capability to provide the requested services. It is anticipated that the Government will issue a firm fixed price. The estimated price range for this effort is between (See FAR Part 36.304) $12-17 Million. The estimated performance period is approximately two years from date of award. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of small business capability to perform the anticipated work. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. All interested, capable, qualified and responsive contractors are encouraged to reply to this market survey request. Interested Contractors must furnish the following information: General Information 1.What is your company name, address, point of contact, phone number, and e-mail address? 2.What is your business size? 3.Do you have any corporate affiliations? If so, please identify. 4.Are you interested in participating as a leader or member of a small business-led team? a.If so, specify what type of team arrangement (joint venture, prime contractor/subcontractor, other). b.Provide a list of potential team members and associated disciplines, if known. c.Describe your current/anticipated team management structure. Past Performance Information 5.Please provide any past performance information for the previous 3 years that clearly demonstrates familiarity and experience with the requirements. For each project, include the following information: a.Size, term, and complexity of job; b.Information on your role as either a prime contractor or subcontractor; and c.Point of contact (POC) at the agency or prime contractors organization to verify contact information, including name, address, e-mail address, telephone number, and information on the specific tasks you performed on the project. 6.Please provide a brief description of your experience either managing a team or acting as a member of a team of businesses working on large, complex projects. Provide POCs (name, address, e-mail address, and telephone number) that can verify this experience. Responses to this announcement may be sent electronically to Stephanie Rostermundt at Stephanie.A.Rostermundt@usace.army.mil and should arrive no later than 2:00 p.m. (CST) 27 February 2009. Responses should be limited to no more than 10 pages. If you are unable to send the information via e-mail, you may mail it to the address below. All mailed documents must include a return address on the outside envelope to be accepted. US ARMY CORPS OF ENGINEERS CONTRACTING DIVISION CECT-NWO ATTN: STEPHANIE ROSTERMUNDT 1616 CAPITOL AVENUE OMAHA, NE 68102-4901 Questions should be forwarded to Stephanie Rostermundt at 402-995-2083 or via e-mail at the address above. PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED PROCUREMENT SENSITIVE.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef9877a6f824c7e59b4f4c40e197434c&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE<br />
Zip Code: 68102-4901<br />
 
Record
SN01745590-W 20090208/090206215535-ef9877a6f824c7e59b4f4c40e197434c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.