Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2019 FBO #6494
MODIFICATION

Y -- Cedar Rapids, IA Flood Risk Management Project- Road Closures

Notice Date
9/4/2019
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, US 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
W912EK-19-X-CEDAR_RAPIDS_FRM_ROAD_CLOSURES
 
Point of Contact
Elizabeth White, Phone: 3097825205
 
E-Mail Address
elizabeth.m.white@usace.army.mil
(elizabeth.m.white@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: Cedar Rapids Flood Risk Management Project-Road Closures Purpose and Objectives: This announcement is for information and planning purposes only, and the purpose is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran- owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their understanding, capabilities and experience relative to the proposed acquisition to assist the Government in determining the expectation of receiving bids from responsible small business contractors at fair market prices. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set- aside is possible. An organization that is not considered a small business under the applicable NAICS code can submit a response to this notice, however their capabilities may/may not be assessed for the purposes of this notice. A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice is solely within the discretion of the Government. The Corps of Engineers (COE), Rock Island District does not intend to award a contract on the basis of responses received, however as a result of this Sources Sought Notice, the COE may issue a Request for Proposal (RFP). Interested parties are expected to review this Notice and the Project Requirements to familiarize themselves with the requirements of this project. Background: The US Army Corps of Engineers - Rock Island District, is seeking concerns capable of performing work that includes the construction of 5 road/trail closure steel gate structures and a ~300' length of concrete floodwall. Place of Performance will be Cedar Rapids, IA. The closures vary in length and height as indicated below: • Closure 1: 15' long by 8' tall • Closure 2: 40' long by 12' tall Closure 3: 80' long by 8' tall • Closure 4: 125' long by 11' tall • Closure 5: 230' long by 5' tall The gate types are still in development, but will be a combination of steel swing, roller, and stoplog gates. The work required for these gate structures includes fabrication of the gates, gate abutments, floodwall tie-in segments (to existing work), foundation construction, sheet pile cutoff, painting, aesthetic treatment, sidewalk reconstruction, and site work. The 300' concrete floodwall segment is a t-type floodwall approximately 8' tall. The work required for the concrete floodwall includes shored excavation, sheet pile cutoff, foundation construction, floodwall stem construction, aesthetic treatment, and site work. The work areas for the closure structures and floodwall are located in an urban/industrial environment. NAICS Code and Size Standard: In the event an RFP is issued, it is anticipated North American Industry Classification System (NAICS) code 237990 with a size standard of $39.5M is being considered. Estimated Range of Project: $5M-$10M Capability Statement/Information Sought: All parties interested in this project must demonstrate that they would have the potential to be a responsive and responsible contractor for the following project technical criteria and addressing the backgorund information. Responses shall demonstrate a clear understanding of the potential background of work and mandatory criteria, and should an RFP be released would have the knowledge and capabilities to perform the work. Responses to this notice shall address the following areas: 1. Company Name, DUNS/CAGE (If your company does not have at the time of this sources sought, please be aware that you will be required to register your company in the System of Award Management (SAM) system at www.sam.gov to be eligible for any future Federal contracts and prior to submitting a proposal), POC information including an email, and your current small business status. 2. Demonstrate the ability to meet the mandatory criteria as noted below: • Ability to meet the requirements of AASHTO/AWS D1.5, Bridge Welding Codes. • Experience with ASTM A709, Grade 50 steel for the gate fabrication (or use of subcontractor/partner with this experience) 3. Project examples with similar complexity and scope (and ideally including all of the mandatory criteria and examples of work that match up with the features identified in the project background above). Examples should include all pertinent information regarding the requirements to clearly demonstrate the understanding and abilities of your company. It is requested that all similar Federal work completed be submitted If you performed previous work as a part of a team, with subcontractors (or other arrangements) please provide information on that relationship, tasks performed by team members etc. to be able to provide the Government with a sense of prime contract management as well as team member/subcontractor management. 4. Description of how, as a small business, you would be capable of performing the work, either by 100% self-performance or through teaming. Specifically, if you would not be self-performing 100% of the work, please provide: • An estimate of your self-performance (Requirements if a Small Business Set Aside would be 15%) and a proposed team approach (for example: are you part of an approved mentor protégé team through the SBA 8(a) or All Small Mentor Protégé Program? • Will you be teaming with other small businesses to meet the self-performance requirements (15%)? • Will your subcontractors be primarily small businesses? • What type of work would likely be subcontracted? • Have you performed this type of work previously with similar teaming arrangements? If so, what were issues with contract performance? • NOTE: Small businesses may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the planned areas that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 15% of the total cost of the contract value must be incurred by or for personnel of the small business firm (or similarly situated entities) pursuant to the FAR clause at 52.219-14 entitled "Limitations on Subcontracting (NOV 2011)". This is just an estimate for planning and based on your current company capabilities and past performance/experience. In order for the Government to make a Small Business (SB) set-aside (or other socioeconomic sub-category) determination, it is emphasized that SB concerns provide sufficient written information to clearly demonstrate their capacity, capability, and responsibility (in accordance with FAR 9.1 and the requirements at FAR 19.502(b)(1) to successfully perform and manage all the requirements of this effort. Information Submission Instructions 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed twenty (20) single sided pages including all information that clearly details the firm's ability to perform the aspects of the notice described above and in the Project Requirements. 2. Number of Copies: All capability Statement sent in response to this SOURCES SOUGHT/Request for Information notice must be submitted via e-mail to the Deputy, Small Business Programs Beth White at elizabeth.m.white@usace.army.mil. The e-mail subject line must specify Response to Sources Sought: W912EK-19-X-CEDAR-RAPIDS_ROAD_CLOSURES. 3. Due Date/Time Electronically submitted tailored capability statements are due no later than 9 September 2019 2:00PM CST, however this does not restrict the Government from accepting responses after this time, if it is in the best interests of the Government for market research purposes, and also does not prohibit the Government from seeking potential capable, and responsible sources from information available from other resources (for instance: small business databases, known sources, previous contractors) to determine a final procurement strategy. 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. A listing of respondents will be posted to the FBO website after the Sources Sought period closes. If you wish to remove your information from this posting, please include that request with your submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-19-X-CEDAR_RAPIDS_FRM_ROAD_CLOSURES/listing.html)
 
Record
SN05431414-W 20190906/190904231524-a1504e28a159300adf610815dd30129b (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.