MODIFICATION
Y -- Trestle Bridge Replacement Fort Campbell
- Notice Date
- 5/2/2018
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-FTCTrestleBridgeReplacement
- Archive Date
- 5/25/2018
- Point of Contact
- Glenn W. Moon, Phone: 5023156177, Katie R. White, Phone: 5023156413
- E-Mail Address
-
glenn.w.moon@usace.army.mil, katie.r.white@usace.army.mil
(glenn.w.moon@usace.army.mil, katie.r.white@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is a design - bid - build requirement. Replace a 400 LF wooden Trestle Bridge that crosses a meandering stream on an existing working railroad system with a concrete girder railroad bridge superstructure. Work will also include construction of a drainage system to mitigate erosion in an area of sinkhole activity. The bridge system will require precast, pre-stressed concrete beams that use a thickened top flange that functions as the bridge deck. The bridge will utilize a typical concrete girder shape that is readily available in the Tennessee/Kentucky area. A thickened top flange will be used to eliminate the need for a separate cast-in-place concrete deck and minimize construction time. This is an option for bridges with spans in the 50' to 150' range. Contract duration is estimated at 255 calendar days. The estimated cost range is between $1,000,000.00 and $5,000,000.00. NAICS code is 237310. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 10 May 2018 by 1300 Eastern Standard Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 90 percent completion or projects completed in the past ten (10) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include but are not limited to: New construction of a bridge or replacement of an existing bridge and supporting site excavations on an active system that consists of a steel truss superstructure, steel girder superstructure, and concrete girder superstructure, I-beam girder bridge, box girder bridge, plate girder bridge, or concrete girder bridge. Experience with railroad bridge construction is preferred but not required. b. Projects similar in size to this project include: Concrete girder railroad bridges with spans in the 50 feet to 150 feet range, concrete girder bridges with spans in the 50 feet to 150 feet range, precast and pre-stressed concrete bridges with spans in the 50 feet to 150 feet range. Experience with railroad bridge construction is preferred but not required. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. Please make sure you discuss experience in the following four areas if applicable. 3. Size of the project (bridges spans, type of bridge, etc.) 4. The portion and percentage of work that was self-performed. Describe the work your company self-performed. 5. Whether the project was design/build or design/bid/build. 6. Provide 2 references 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Glenn Moon and Katie White. If you have questions please contact Glenn Moon at glenn.w.moon@usace.army.mil or Katie White at Katie.R.White@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-FTCTrestleBridgeReplacement /listing.html)
- Place of Performance
- Address: Fort Campbell, Kentucky, 42223, United States
- Zip Code: 42223
- Zip Code: 42223
- Record
- SN04908454-W 20180504/180502231218-946760e19699170164ea7ac19b4b7461 (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 |