Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOURCES SOUGHT

Z -- River Repairs and Upper Bank Paving IDIQ

Notice Date
12/2/2019 2:33:50 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST MEMPHIS MEMPHIS TN 38103 USA
 
ZIP Code
38103
 
Solicitation Number
W912EQ-20-SB-0001
 
Response Due
12/16/2019 11:30:00 AM
 
Archive Date
12/30/2019
 
Point of Contact
Judy E. Stallion, Contract Specialist, Phone: 9015440776, Thomas E. Mercer, Deputy, Small Business Programs, Phone: 9015444146
 
E-Mail Address
judy.e.stallion@usace.army.mil, thomas.e.mercer@usace.army.mil
(judy.e.stallion@usace.army.mil, thomas.e.mercer@usace.army.mil)
 
Description
W912EQ-20-S-0001 River Repairs and Upper Bank PavingSources Sought/Request for Information-FY20 River Repairs and Upper Bank Paving. This market survey is for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS OR INVITATION FOR BIDS. THERE WILL BE NO CONTRACT AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The purpose of this announcement is to gain knowledge of interest, capabilities and qualifications of all firms interested in participating in the competition to compete and perform a firm-fixed price construction contract. The Government will not pay for any information provided as a result of this market survey. The U.S. Army Corps of Engineers, Memphis District is planning to solicit/award a contract to experienced source(s) capable of performing a wide range of construction projects. The purpose of this acquisition is to establish a highly responsive bank paving, repair and maintenance contracting tool to support the Districts’ missions of upper bank paving and maintaining structures in the Mississippi River. Project sizes range from the simplified acquisition threshold to approximately $5M with a wide variance in complexity. Contractors would be required to furnish all plant, labor, materials, and equipment for performing various repairs to stone navigation structures to include all types of stone dikes, revetment (ACM and stone only), chevrons, bendway weirs, hardpoints and other river training structures. Work may also include the construction of hardpoints, and the placement of riprap upper bank paving at various locations on the Ohio River (Ohio River Mile 972 near Mound City, Illinois) and Mississippi River between River Miles 954.0 AHP (confluence of Ohio and Mississippi Rivers) to 599.0 AHP (mouth of the White River, Arkansas). Additional work may include bank grading and dressing, excavation, crushed stone blanket, riprap paving, placement of stone fill and stone paving in specified areas such as dike fields, revetments, and other locations along top bank and in overbank areas landward of top bank, removal and redistribution of stone from dikes, revetments and other areas, breaking out pavement, placing and painting range markers, and range clearing. Individual task orders will be issued designating the locations and types of work that will be performed. Each task order will specify the amount of time allowed for completion of the work. The work consists of placing approximately 2,000,000 tons of stone for the base contract and three ordering periods will not exceed four (4) years.All interested, capable, qualified and responsive contractors are encouraged to reply to this sources sought announcement. The Government is requesting interested contractors to furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address; (2) Type of Business (small business, small disadvantaged business, etc.); (3) State your firm’s bonding capacity as of the date of your response. (4)Will consolidating River Repairs and Upper Bank Paving into a Single Award Task Order Contract (SATOC) for a base year with three ordering periods impact your ability to compete for this requirement? (5) What negative impacts, if any, will your firm experience as a result of the consolidation of specific requirements? (6) Will consolidating this requirement impact your ability to participate in this type requirement within the Mississippi Valley division? (7) Would you be willing to participate in a future acquisition for River Repairs and Upper Bank Paving under a Multiple Award Task Order Contract (MATOC) scenario? All responses will be reviewed for preliminary planning purposes in determining future acquisition strategy. (8) Provide no more than five (5) references of the most recent and relevant contracts, performed within the last ten (10) years of work same/similar in nature. Include name, address, telephone number, and e-mail address of references. Also provide a brief description of the work performed, contract number, total contract value, and period of performance. Submission of information should be limited to not more than five (5) pages. This information must be provided in order for the Government to provide a successful evaluation of your company capability to meet the requirement.If your firm is a Small Business, provide affirmation that your firm can comply with the following minimum requirements: FAR 52.219-14, Limitations on Subcontracting, requires that a small business concern perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $36.5 million. The total estimated value of this project will be a ceiling value Not to Exceed (NTE) $45,000,000.00 for the base and three ordering periods. Offerors must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to receive a Government contract award. To register, the SAM Internet address is: https://beta.sam.gov. For additional information regarding this announcement please contact Judy E. Stallion at (901) 544-0776 or Thomas E. Mercer at (901) 544-4146.The U.S. Army Corps of Engineers, Memphis District will be the procuring office. All applicable information should be sent via e-mail to Judy E. Stallion at Judy.E.Stallion@usace.army.mil or Thomas E. Mercer .at Thomas.E.Mercer@usace.army.mil. The due date and time for responses to this announcement is 1:30 p.m. C.S.T. on December 16, 2019.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2708497ff7b6462191a9388a6897f7b4/view)
 
Place of Performance
Address: Within the Memphis District's Area of Operations (See potential locations in notice), 48000, TN 38103, USA
Zip Code: 38103
Country: USA
 
Record
SN05506901-F 20191204/191204045515 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.