Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 29, 2017 FBO #5819
SOURCES SOUGHT

Y -- Improvements to Transportation Routes Used for Transportation of Transuranic Waste to WIPP, Los Alamos, New Mexico

Notice Date
10/27/2017
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP18R0002
 
Archive Date
11/28/2017
 
Point of Contact
Karen Irving, Phone: 505-342-3356
 
E-Mail Address
karen.k.irving@usace.army.mil
(karen.k.irving@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For W912PP18R0002 Improvements to Transportation Routes Used for Transportation of Transuranic Waste to WIPP, Los Alamos, New Mexico 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 for Improvements to Transportation Routes Used for Transportation of Transuranic Waste to WIPP. The proposed project will be a competitive, firm-fixed price, design bid build contract procured in accordance with FAR 15, Negotiated Procurement using a Lowest Price Technically Acceptable (LPTA) process. However, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision 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), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of constructing the following: East Jemez Road Improvement - The asphalt on E. Jemez Rd from the expansion joint at the south end of Omega Bridge will be replaced, for an approximate distance of 3.5 miles. The work will consist of milling, to a depth of approximately 2.5 inches, the existing surface, and installing new asphalt. The work will be executed in accordance with NMDOT/USACE standards. NM 502 Improvement - The NM 502 Improvement project will begin at approximately mile marker 5.6, and continue to approximately mile marker 8.6. The work will consist of milling, to a depth of approximately 2.5 inches, the existing surface, and installing new asphalt. The work will be executed in accordance with NMDOT/USACE standards. NM 4 Improvement - This NM 4 Improvement project will begin at the north end of the E. Jemez Rd./NM 4 intersection, and will continue north/northeast along NM 4, to include the NM 502-NM 4 interchange (the White Rock "Y"). The work will consist of milling, to a depth of approximately 4 inches of the existing surface, and installing new asphalt. The work will be executed in accordance with NMDOT/USACE standards. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $5,000,000 and $10,000,000. The minimum/special capabilities required for this project are: - Scheduling and coordinating work in areas where other projects are ongoing. - Implementing traffic controls to ensure safe and effective flow of traffic through the construction area. - Ability to perform off hours/night work to ensure that traffic impacts to Los Alamos are minimized. - Ability to procure and place asphalt to ensure that construction schedules and technical requirements are met. The North American Industry Classification System code for this procurement is 237310 which has a small business size standard of $36.5 Million. 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. 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date on or about 18 January 2018, and the estimated proposal due date will be on or about 20 February 2018 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 capability to perform a contract of this magnitude and complexity same or similar to this project (include firm's capability to execute construction, comparable work performed within the past 5 years: 2a. Brief description of the project, customer name, timeliness of performance, customer satisfaction, production rate of inlay per mile per day, and dollar value of the project) - provide at least 3 examples. 3. Firm's experience with the minimum capabilities listed in this Sources Sought Notice. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, WOSB 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 10. 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 the estimated construction price range of this project. Interested Firm's shall respond to this Sources Sought Synopsis no later than 13 November 2017, 2:00PM MST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to: Karen Irving, U.S. Army Corps of Engineers, Albuquerque District, Contracting Division, 4101 Jefferson Plaza NE, Albuquerque NM 87113. Fax responses to 505-342-3496 or email responses to karen.k.irving@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/W912PP18R0002/listing.html)
 
Place of Performance
Address: Los Alamos, New Mexico, United States
 
Record
SN04725567-W 20171029/171027231214-d6aa9a3bbcbdd44dbebd8a70f560b99f (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.