SOURCES SOUGHT
56 -- Southwest Valley Flood Reduction Project, Albuquerque, NM
- Notice Date
- 5/19/2010
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP-10-B-0052
- Response Due
- 6/2/2010
- Archive Date
- 8/1/2010
- Point of Contact
- Kathleen Mayer, 505-342-3391
- E-Mail Address
-
USACE District, Albuquerque
(kathleen.mayer@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For Southwest Valley Flood Reduction Project Albuquerque, New Mexico This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers, Albuquerque District has been tasked to solicit for and award a project for the Los Padillas Spillway Diversion which consists of construction of approximately 3,000 feet of flood flow channel from the Los Padillas Drain to the Rio Grande. Work includes earth lined channels, concrete lined channels, articulated block channels, three opening concrete box culvert crossing at the Rio Grande Levee, and reinforced concrete pipe siphons with concrete headwalls and grouted riprap at inlet and outlet ends at existing drain crossings. Los Padillas Extension - Construction of approximately 4,300 feet of flood flow channel to connect flood flow from the Isleta Drain to the Los Padillas Drain. New flood channels include earth line, shotcrete lined channels. Other drainage structures to include corrugated metal arch pipes, fiberglass reinforced polymer mortar pipe at one canal crossing. Los Padillas Drain - Widen approximately 4,600 feet of existing Los Padillas Drain from its southern end to the new Los Padillas Extension. " Existing road crossings would be rehabilitated and/or enlarged to facilitate the proposed improvements and additions to the drainage system. " New access roads and trails would be installed on each side of new channels and drains. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of Small Businesses to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. Estimated Construction Range: Between $5,000,000 & $10,000,000. Duration of project is 365 calendar days. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard for this acquisition is $33.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under the sources sought synopsis. Award will be based on the overall Best Value to the Government. Anticipated solicitation issuance date is on or about 26 July 2010, and the estimated proposal due date will be on or about 26 August 2010. The official Synopsis citing the solicitation number, and inviting Offerors to register electronically to receive a copy of the solicitation when it is issued is anticipated to be available on or about 12 July 2010. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: "Offerors name, address, point of contact, phone number, and e-mail address. "Offerors interest in bidding on the solicitation when it is issued. "Offerors capability to perform a contract of this magnitude and complexity (include offerors experience in similar construction within the past 5 years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. "Offerors type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) "Offerors Joint Venture information if applicable existing and potential "Offerors Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) Interested Offerors shall respond to this Sources Sought Synopsis no later than 02 June 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Ms. Kathleen A. Mayer, Contract Specialist, USACE-SPA, ATTN: FAX No. 505-342-3496, Email address:kathleen.mayer@usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-10-B-0052/listing.html)
- Place of Performance
- Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
- Zip Code: 87109-3435
- Zip Code: 87109-3435
- Record
- SN02154466-W 20100521/100519235224-4a616c7e7fa7204aac48de3f2e153688 (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 |