Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOURCES SOUGHT

99 -- Range 190E Erosion Control

Notice Date
3/25/2020 11:11:05 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM20R0011
 
Response Due
3/13/2020 11:00:00 AM
 
Archive Date
04/30/2020
 
Point of Contact
Michael Mullen, Phone: 9102514710, Amy A Jenkins, Phone: 9102514804
 
E-Mail Address
michael.m.mullen@usace.army.mil, amy.a.jenkins@usace.army.mil
(michael.m.mullen@usace.army.mil, amy.a.jenkins@usace.army.mil)
 
Description
***Please note: This project will be solicited under W912PM20B0018*** SOURCES SOUGHT NOTICE FOR Project Number SF-00005-18 Range 190E Erosion Control, SOTF, Ft Bragg, NC This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to address erosion control and drainage at Range 190E, SOTF, Fort Bragg, NC. � The project consists of, but is not limited to: addressing erosion control and drainage at the Range 190E site through the installation of Reinforced Concrete Pipe (RCP) storm drain lines of varying diameters from 18� to 42� with 6� lateral drains feeding to RCP.� Project also includes construction of manholes and endwalls with rip-rap at junctions and ends of RCP runs and re-grading of the site.� There will be some pavement repair after drain lines are installed. In accordance with FAR 36.204(e), the magnitude of construction for this project will be between $500,000.00 and $1,000,000.00. All interested firms with 237990 as an approved NAICs code have until March 13, 2020 to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail)���������������������������������������������������������������������������������������������������������������������������� - Current SAM - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. [If an 8(a) Small Business, your firm must have an office in Region IV (GA, AL, NC, VA, TN, MS, FL, KY, SC)].� Any supporting documentation that confirms your socio-economic status should be provided, e.g., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM.� - Bonding capability - both single and aggregate capacity contracts or for multiple task orders, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work (i.e., complex construction projects) of similar size, scope and complexity on three (3) recent projects equal to or greater than $500,000.00 in value (not more than six (6) years old). All project examples submitted must be as the prime contractor, Joint Venture or Mentor Prot�g�.� Include the project name and description of the key/salient features of the project (i.e., square footage, multi-story, phased renovation, etc.), completion date, total contract construction value, whether it was Design-Build, Construction only, Renovation or Rehabilitation, etc. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Firm's capability to perform, to include geographic span and project size. Include firm's in-house capability to execute design and construction, or established relationship with a design firm to perform Design Build. If firm has personnel with active security clearances, please provide employee name, level of clearance, and expiration date of clearance.� - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the prot�g� firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. If the offeror is a Joint Venture (J-V), relevant project experience should be submitted for projects completed by the Joint Venture entity, or the individual firms that make up the joint venture. Offerors that are part of the DoD Mentor Prot�g� program may submit two (2) recent and relevant projects completed by the Mentor with the remaining project being submitted on behalf of the prot�g�. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic category and status if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. �The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn:� Michael Mullen Email: michael.m.mullen@usace.army.mil and U.S. Army Corps of Engineers Attn: Amy A Jenkins E-mail: amy.a.jenkins@usace.army.mil The email should be entitled:� PN SF-00005-18 Range 190E Erosion Control Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f938d1478bf42e29ab41e2eaec6dc46/view)
 
Place of Performance
Address: Fort Bragg, NC, USA
Country: USA
 
Record
SN05600571-F 20200327/200325230148 (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  © 1994-2020, Loren Data Corp.