Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOURCES SOUGHT

Y -- Portsmouth Levee Repair

Notice Date
12/13/2019 5:33:28 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
 
ZIP Code
25701-5000
 
Solicitation Number
W91237-20-R-SS04
 
Response Due
1/7/2020 11:00:00 AM
 
Archive Date
01/22/2020
 
Point of Contact
Karen L. Simmons, Phone: 3043995182
 
E-Mail Address
karen.l.simmons@usace.army.mil
(karen.l.simmons@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY - This notice does not constitute a solicitation announcement or restrict the Government to an ultimate acquisition approach and NO AWARD will occur from this notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS are available for this notice. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. This is a SOURCES SOUGHT notice to determine the capabilities of both small AND large business firms. This notice does not constitute a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. No solicitation or technical scope of services is available at this time. The Government will use the responses to this SOURCES SOUGHT notice to make acquisition decisions. Businesses are strongly encouraged to review this SOURCES SOUGHT and submit according to the directions in this notice. This announcement is to gain knowledge of potential qualified small and large business sources for Levee Repairs in Portsmouth, Ohio. WORK DESCRIPTION The US Army Corps of Engineers (USACE) is looking for contractors with experience and capability to perform the following efforts which it should detail in its submission package. Seepage cutoff wall installation maintaining minimum 2-foot thickness to depths exceeding 90 feet in both soil and rock in compacted earthen embankments founded on rock. Jet Grouting with precision around and through structures to achieve full grout curtain closure. Replacement of underground storm sewer and pump station discharge pipe in diameters up to 36” including necessary drop inlets, anti-siphon valves, combination air valves, manholes, pump stations, and other ancillary components. Protect or restore athletic fields used for laydown areas during construction activities, to include but not limited to fencing, lighting, clay infields, dugouts, batting cages, bleachers, grading, seeding, concession stands. Bypass pumping of water during construction.Both small AND large businesses will be considered for this SOURCES SOUGHT. The Government must ensure there is adequate competition among the potential pool of available contractors. The North American Industrial Classification System Code (NAICS) is 237990, which has a size standard of $36.5 million in average annual receipts. The following requests are to apprise the USACE, Huntington District, of any prospective business’s capabilities. Please provide your response to the following. The submission is limited to 40 total pages (40 one sided, or 20 double sided pages).1) Offeror's name, address(es), point of contact, phone number, and e-mail address. 2) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 10 years based on the below criteria.(a) Direct Specialized Experience and Technical Competence: Describe your firms’ specialized experience with respect to (Direct is your firm performing versus being present on a project):(1) Analysis, design, and construction of subsurface seepage barrier walls to prevent groundwater flow through, beneath, and around flood risk reduction structures (e.g. dams and levees).(2) Demonstrate seepage barrier construction methods previously utilized including but not limited to conventional slurry-supported cutoffs such as Deep Mix Method (DMM), Cutter Soil Mixing (CSM), Trench Re-Mixing Deep (TRD), Hydromill, Dewind, Secant Pile, or Clamshell.(3) Analysis, design, and construction of subsurface jet grout columns to prevent groundwater flow: Ability to design and construct a jet grouting program with adequate nozzle configurations, pressures, and grout mixes to cutoff groundwater flow around, below, and above concrete structures (e.g. a culvert) achieving column closure. (b) Professional Qualifications: Describe the professional qualifications of your firm. Provide the number and qualifications of registered professional personnel in the following key disciplines, including years of actual specialty experience: Geotechnical Engineers, Geologists, Structural Engineers, Civil Engineers, and Engineering Technicians (Draftsmen/CADD Operators).Personnel for “Seepage Barrier Walls” and “Jet Grout” shall be shown in the Levels of Experience listed below. Provide the number and qualifications of the personnel. Level 1 experience includes five to ten (5-10) years of conventional engineering experience for dam/levee safety engineering, design, and/or construction in geotechnical, geological, hydraulic, structural, or civil engineering.Level 2 experience includes ten to fifteen (10-15) years of conventional engineering experience in dam/levee safety, and at least 5 years engineering experience in seepage remediation of dam and levee systems. Experience should include all that within the Level 1, plus participation on design and construction teams for projects which reduced seepage or internal erosion-related risks on flood risk management projects. Level 3 experience includes more than fifteen (15+) years of conventional engineering experience in dam/levee safety, and at least 5 years of risk-based engineering experience in seepage remediation of dam and levee systems. Experience should include all that within Levels 1 and 2, plus leading technical design and review teams for seepage barrier projects, completing research/publications in the field of geotechnical/groundwater engineering, and participating in the development or review of technical design manuals or guidance in the field of geotechnical/groundwater engineering. (c) Quality Management System: Describe your firms’ Quality Management System to include quality control procedures, quality assurance procedures with any subcontracts, and procedures for continual improvement and ensuring customer satisfaction. State any experience with the ISO 9001 standard and the DrChecks automated comment and response system.The Government is seeking short statements regarding the company's ability to demonstrate existing expertise, experience, and capacity in relation to the areas specified herein. Commercial brochures or existing marketing materials may be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This posting is for information and planning purposes only and shall not be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition. Offers that do not meet all requirements outlined in this SOURCES SOUGHT or submit within the allotted time will not be considered.Firms are strongly encouraged to make known their interest and experience in this type of work. Electronic submission via email is required. Please email or fax your qualification statement to Karen.L.Simmons@usace.army.mil, fax: (304) 399-5281 by close of business of January 7, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/468fe1fc29a6467fa11fd94f23ee1abb/view)
 
Place of Performance
Address: 64304, OH 45662, USA
Zip Code: 45662
Country: USA
 
Record
SN05516902-F 20191215/191213230301 (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.