SPECIAL NOTICE
Z -- Port Orford Interim Breakwater Repair - RFI
- Notice Date
- 5/8/2018
- Notice Type
- Special Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N18B0015
- Point of Contact
- Thomas J. Cohick, Phone: 5038084615
- E-Mail Address
-
thomas.j.cohick@usace.army.mil
(thomas.j.cohick@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Port Orford Aerial View **THERE WAS PREVIOUSLY A SOURCES SOUGHT POSTED FOR THIS PROJECT UNDER W9127N18R0036. ALL FUTURE UPDATES WILL BE POSTED UNDER W9127N18B0015** 1.General. This is a Request for Information (RFI) 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. 2.Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for the Port Orford Breakwater Interim Repair. The anticipated acquisition strategy will be an Invitation for Bid, resulting in a firm-fixed price (FFP) contract. Responses to this RFI announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This RFI is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB) are highly encouraged to respond. 3.Market Survey Questions. Interested parties are asked to provide responses to the following questions. NOTE- Responses will be kept confidential and will not be shared outside the Government. •For armor stone of 25 to 40 tons, what type of placement equipment (make/model) would you expect to use? Assume that the reach distance could be 50 ft vertical and 100 ft horizontal. •How would you expect delivery of the equipment to the site (truck/barge)? •How would you expect the rock to be delivered to the construction site (truck/barge)? •Would you consider doing some of the rock placement work from a barge? Would you have any concerns regarding exposure of the barge or the equipment? •Would you have concerns regarding access to the site or stone placement limitations? •For a total rock quantity of approximately 30,000 tons, are there particular considerations for staging area and onsite rock storage? Are there any concerns regarding loads/equipment movement and vehicular traffic associated with construction activities? North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering Construction The size standard: $36.5M Federal Service Code: Z2KZ, Repair or Alteration of Other conservation and development facilities Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. 4.Project Description. The U.S. Army Corps of Engineers, Portland District, has a requirement to repair the Port Orford Breakwater located in Curry County, Oregon. The repairs consist of procurement, delivery, and placement of stones along the identified repair areas. Some haul road construction, including filling large voids, is anticipated to gain access to the breakwater repair areas. Stone placement work is anticipated to be carried out between 01 June 2019 and 31 October 2019. The estimated Magnitude of Construction for this project is between $1,000,000 and $5,000,000. 5.Submission Instructions. Responses to this RFI notice must be submitted electronically (via email) SUBJECT: W9127N18B0015 Port Orford Breakwater Interim Repair. Please send to Thomas J. Cohick, Contract Specialist, at thomas.j.cohick@usace.army.mil in either Microsoft Word or Adobe Portable Document Format by 2:00 pm Pacific Standard Time Tuesday, May 22, 2018. A Firm's response to this RFI shall include the following information: a.Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. b.Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). c.Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. d.Provide a minimum of one project similar in size, scope and complexity with a brief description of the project (to include location), customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS. 6.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 RFI 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. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N18B0015/listing.html)
- Place of Performance
- Address: Port Orford, Oregon, 97465, United States
- Zip Code: 97465
- Zip Code: 97465
- Record
- SN04914206-W 20180510/180508230854-b49f3d20bb0149c52fea4b3975851f3d (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 |