SOURCES SOUGHT
Y -- Trinidad Dam Instrument Replacement, Trinidad, Las Animas County, Colorado
- Notice Date
- 5/6/2014
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP-14-R-0029
- Response Due
- 5/21/2014
- Archive Date
- 7/5/2014
- Point of Contact
- Glenda Kohlieber, 575-556-9940
- E-Mail Address
-
USACE District, Albuquerque
(glenda.d.kohlieber@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers - Albuquerque District has been tasked to solicit for and award a contract to drill and install inclinometers and piezometers at Trinidad Dam. Proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 15, Negotiated Procurement using quote mark Lowest Price, Technically Acceptable quote mark (LPTA) process. The government intends to issue a solicitation for LPTA; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), economically disadvantaged women-owned small business (EDWOSB) for NAICS 237110 - planned procurement must be under $4M. The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of performing earthwork to build a temporary access road on a large earthen dam slope, drilling approximately 2,100 linear feet of sonic drilling (at twelve locations), soil sampling, and instrument completion. Instrument completion will include four inclinometers and eight piezometers. Drilling equipment must be all terrain access. The use of drilling fluids is prohibited. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $250,000 and $500,000Trid Estimated duration of the project is 120 calendar days. Minimum capabilities required include: the lead driller must have at least 5 years experience drilling and installing instruments in embankment dams and 5 years experience with sonic drilling equipment. Minimum equipment required includes earth working machinery possibly including dozers, excavators and roller compactors, sonic drilling equipment which must be all terrain accessible and equipment to construct instruments including grout batch tanks and tremie pipes. The contract period of performance is for the base contract. The total contract capacity will not exceed $500,000. The North American Industry Classification System code for this procurement is 237110 which has a small business size standard of $33.5 M. The Standard Industrial Code is 1781 and The Federal Supply Code is N052. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about June 5, 2014, and the estimated proposal due date will be on or about July 7, 2014. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the Trinidad Dam Instrument Replacement, if solicited independently. 3. Firm's capability to perform a contract of this magnitude and complexity same or similar to the Trinidad Dam Instrument Replacement (include firm's capability to execute construction, comparable work performed within the past 5 years: 3a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, 5. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Indicate whether the firm can bond to Trinidad Dam Instrument Replacement. Interested Firm's shall respond to this Sources Sought Synopsis no later than May 21, 2014. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Please email your response to Leslie Molina, Albuquerque District Office, glenda.d.kohlieber @usace.army.mil [EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.] Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If inadequate responses are received, this solicitation may be issued for full and open competition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP-14-R-0029/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
- SN03357892-W 20140508/140506234438-aa6e923fef63ec7839a79f990c4cf1c3 (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 |