Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOURCES SOUGHT

Z -- Lock and Dam 14 Guidewall repairs

Notice Date
1/10/2017
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
 
ZIP Code
61204-2004
 
Solicitation Number
17-X-xx02
 
Archive Date
2/28/2017
 
Point of Contact
Anne M. Fleischman, Phone: 3097945519
 
E-Mail Address
anne.m.fleischman@usace.army.mil
(anne.m.fleischman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information: This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The U.S. Army Corps of Engineers, Rock Island District, is seeking System for Award Management (SAM) register businesses that can provide the following: Repairs to the Guidewalls at Lock and Dam 14 on the Mississippi River located near LeClaire, IA. Responses to this Sources Sought announcement will be used by the Government to assist in an acquisition strategy decision. This is NOT a request for proposal, quote or invitation for bid. The sole purpose of this notice is to identify potential System for Award Management (SAM) Database registered businesses that are interested and capable of performing this work. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through experience, references, project lists, or reports, they possess relevant resources and expertise in concrete placement, derrick stone and riprap placement, structural steel installation, check post installation, and electrical work. The use of floating marine plant and crane will be necessary to work on the guidewall and bullnose area therefore demonstrate the ability to mobilize necessary equipment and capabilities to perform work within limited space. Access to land will be limited within the work area. Additionally this work will need to be completed while maintaining navigation through the lock. Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors. North American Industrial Classification Code (NAICS): 237990 Other Heavy and Civil Engineering Construction Size Standard: $36,500,000 Federal Service Code: Z2KA Repair or Alteration of Dams Point of Contact: Anne M. Fleischman, at anne.m.fleischman@usace.army.mil Project Description: The project consists of but is not limited to repairs to the Lock and Dam 14 Guidewall. Repairs will include installation of check posts on the guidewall, placement derrick stone and riprap at the bullnose of the upstream and downstream guidewalls, structural steel frame fabrication and installation (to support larger lockman houses - new houses are not part of this SOW), concrete pavement installation and minor electrical work. The use of floating marine plant and crane will be necessary to work on the guidewall and bullnose area. Access to land will be limited within the work area. Work shall not interrupt navigation operations. Contract duration is estimated at 240 calendar days The estimated magnitude of construction for this project is between $1,000,000 and $5,000,000 Submission Instructions: Responses to this Sources Sought notice must be submitted electronically (via email) to: Contract Specialist, Anne Fleischman, at anne.m.fleischman@usace.arm.mil; SUBJECT: W912EK-17-X-XX02, Locks and Dam No. 14 Guidewall Repair; no later than 2:00 pm Central Time, January 25, 2017. All interested, responsive and responsible SAM Database registered businesses are encouraged to participate in this sources sought by emailing the required information below to the point of contact listed above. If you are not SAM registered, please do so at www.sam.gov. All responses must be received by the specified time and due date to be considered. All successfully submitted responses will receive an acknowledgement by return email. Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information: • Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number • Offeror's joint venture information, if applicable, existing and potential. • Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. • Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. • Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, expressed in dollars). The Government may verify information in CPARS or PPIRS. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/17-X-xx02/listing.html)
 
Place of Performance
Address: Lock and Dam 14, Pleasant Valley, Iowa, 52753, United States
Zip Code: 52753
 
Record
SN04367374-W 20170112/170110233920-c58ed716bd6779588d8fe92e62a807ce (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  © 1994-2020, Loren Data Corp.