Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2017 FBO #5544
SOURCES SOUGHT

Y -- Lock & Dam 5, 6, 8, & 9, Guidewall Crib Repairs

Notice Date
1/25/2017
 
Notice Type
Sources Sought
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-17-SS-0003
 
Archive Date
2/22/2017
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Kevin P. Henricks, Phone: 6512905414
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The U.S. Army Corps of Engineers - St. Paul District is seeking capability statements from all firms interested in proposed guidewall crib repair projects at Lock and Dams 5, 6, 8, and 9. The crib grouting projects on the upper and lower guidewalls of each lock consist of stabilizing the pile foundation with a flowable grout. The guide walls are founded on timber piles and a rock filled crib. Wash out and settlement of the rock within the cribbing has created Voids. These voids as well as the normal spaces between the rocks need to be filled with grout to stabilize the structure and prevent further erosion of the guidewall's foundation. The contractor shall provide all plant, labor, and material to complete the contract requirements. This contract involves placing and sealing forms around the guidewall foundations and placing flowable grout to entirely fill the voids within the rock filled crib. This work will be accomplished during the non-navigation season, which is generally between December and mid-March. Completion of the work for all four (4) locks will be between the end of the 2017 navigation season and the start of the 2018 navigation season. It is currently the intent of the Corps to solicit all four (4) locks under a single solicitation and award a single contract or multiple contracts depending on the overall lowest price to the Government. The project magnitude for each location in terms of estimated price is between $1,000,000 and $5,000,000 (between $10,000,000 and $25,000,000 for all four (4) locks). The appropriate NAICS code for the proposed project is 238110 with a small business size standard of $15 million. All interested parties are invited to submit capability statements for acquisition planning purposes. The following information is required and must be provided within a 5-page limit: 1) Company name, address, and primary point of contact information 2) Given the Corps' current assumed acquisition strategy, please indicate whether your firm would be able and willing to undertake work on two (2) or more sites at one time or if this type of strategy will affect your firm's interest to bid on these projects. 3) If your firm is interested in submitting an offer on more than one (1) site please indicate if your firm would be capable of completing work on multiple sites within the allotted construction period and how many sites your firm would be interested in undertaking during the 2017-2018 non-navigation season. 4) A statement of capability 5) Recent and relevant past performance information 6) Business Ownership and Self-Certification information (i.e. Small Business, Women-Owned Small Business, Service Disabled Veteran Owned) 7) Current Government Certifications (i.e. 8(a) certified, 8(a) joint venture, Small Disadvantaged Business HUBZone Certified). 8) List Pertinent Codes: NAICS Codes (numbers only) and CAGE code 9) Bonding capacity The St. Paul District Corps of Engineers reserves the right to determine if a small business set-aside is appropriate based upon the capability information provided in response to this notice and other pertinent information gathered by the Contracting Officer. Respondents should ensure the information provided is detailed, current, accurate, and complete. Please submit capability statements by email to Jesse Onkka, Contract Specialist, jesse.L.Onkka@usace.army.mil no later than Tuesday, 7 February 2017. This notice does not constitute a solicitation. This invitation for capability statements is for planning purposes only. The acquisition strategy for this proposed project has not yet been determined. Response to this notice is strictly voluntary. The Government will not reimburse any party for its participation in this effort. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-17-SS-0003/listing.html)
 
Record
SN04380116-W 20170127/170125234021-842a21399d03ecfa3a4730636da01422 (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.