Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2011 FBO #3647
SOURCES SOUGHT

Y -- SOURCES SOUGHT NOTICE - SEWER PIPE WORK "INTERCEPTOR" UNDER STREET AND RAILROAD

Notice Date
11/17/2011
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-11-17-11NOTICE
 
Response Due
12/1/2011
 
Archive Date
1/30/2012
 
Point of Contact
Amy Wong, 816-389-2071
 
E-Mail Address
USACE District, Kansas City
(amy.a.wong@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE; a market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The U.S. Army Corps of Engineers -Kansas City District has been tasked to provide sewer pipe work (an interceptor) to capture and reduce storm water runoff from the hillside. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a) concerns, Historically Underutilized Business Zone (HUB-Zone) concerns, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns to compete and perform a Firm-Fixed-Price (FFP) Construction Contract. The procurement will be solicited either using a competitive Request for Proposal (RFP) or Invitation to Bid (IFB) that may result in the award of one contract. Award of the contract will be made to the contractor with the lowest bid price technically acceptable meeting all solicitation requirements. The associated North American Industry Classification System (NAICS) code is 237110 "Water and Sewer Line and Related Structures Construction" and the small business size standard is $33,500,000.00. This project will have a magnitude between $5,000,000.00 and $10,000,000.00. The U.S. Army Corps of Engineers is considering solicitation of a contract for sewer interceptor work in Missouri managed by the Kansas City District. Sewer Pipe Work "Interceptor" Description of Work The alignment of a main sewer interceptor follows a Street to a Railroad. The alignment has numerous utility conflicts, roadway crossings, and railroad crossings. The sewer interceptor continues under the railroad tracks, through an open area, and outlets to a Creek. The main sewer interceptor extends approximately 1,850 feet from an inlet in an existing ditch. The sewer interceptor will begin at a culvert type inlet at the existing ditch, with a berm to create the design headwater depth. Approximately 800-feet of an existing storm drain will require removal while maintaining adequate storm water collection. The sewer interceptor consists of approximately 1,850-feet of 72-inch and 78-inch RCP from the upstream inlet to the first inlet. Approximately 650 feet of 48-inch RCP lateral system will connect a large drainage inlet (in five streets) to reach the sewer interceptor. Many utility relocations are required including but not limited to an 8-inch sanitary sewer, a 15-inch sanitary sewer, a 4-inch water line, and several large electrical transmission poles. Because of the frequency of rail traffic, jacking of the sewer interceptor is required under the main tracks of the Railroad. Pressure manholes and conduits are necessary due to the hydraulic grade line profile and the pressure head that was analyzed in the system. Because the construction will be along active residential streets and cross a Boulevard, traffic control of at least two lanes will have to be maintained to provide access to local residences and businesses including trash pickup, school bus access, and driveway access. This Sources Sought Notice is solely for the Government's use as a market research tool. As such, the issuance of a competitive solicitation is NOT guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than December 1, 2011, 5 p.m. (CDT). The response to this notice shall be in summary format and shall not exceed twenty (20) pages. All attachments must be provided in either Microsoft Word (.doc) or Adobe Acrobat (.pdf) format. At a minimum, the following must be provided: 1.Company name; 2.Company mailing address; 3.Point(s) of Contact including Telephone Number(s) & E-mail Address(es); 4.Company's current small business category (Small Business, HUBZone, Service Disabled Veteran Owned, and/or 8(a)) as it relates to (NAICS) Code 237110; 5.A capabilities statement of your firm's capacity to meet this requirement to include any similar projects performed over the last two (2) years; 6.Company's bonding capacity for projects of the given magnitude; 7.A list of current equipment and staffing; and 8.Any established pricing lists for your company in the areas described above. If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423, Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications (ORCA). To do so requires CCR registration, including an MPIN number. Instructions for completing the ORCA registration may be obtained, and required information may be entered at http://orca.bpn.gov. Per the direction of FAR 4.5 "Electronic Commerce in Contracting", the Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement shall be sent via email to amy.a.wong@usace.army.mil. Responses via FAX or traditional mail will not be accepted. All information received will be considered. Failure to respond to this notice does not preclude a firm from offering on any resultant solicitation; however, a lack of interest in this requirement may keep this effort from moving forward competitively. THIS NOTICE SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-17-11NOTICE/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02625427-W 20111119/111117234646-249a1c58ff5e75f23ea24830ac6750cb (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.