Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2020 SAM #6958
SOURCES SOUGHT

99 -- Lower Wicomico River - Vegetation Planting

Notice Date
12/15/2020 5:22:56 AM
 
Notice Type
Sources Sought
 
NAICS
237 —
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR20R0029
 
Response Due
1/8/2021 8:00:00 AM
 
Archive Date
01/23/2021
 
Point of Contact
Leigha Arnold, Phone: 4109620641, Tamara Bonomolo, Phone: 4109620788
 
E-Mail Address
Leigha.M.Arnold@usace.army.mil, tamara.c.bonomolo@usace.army.mil
(Leigha.M.Arnold@usace.army.mil, tamara.c.bonomolo@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB) requests capability statements from any capable firm wishing to submit a capability statement.� USACE NAB has been tasked to solicit and award a firm-fixed price construction contract for a natural containment and vegetation planting project entitled, Lower Wicomico River - Vegetation Planting, Wicomico County, MD.� The place of performance is located in Somerset County, Maryland at the Deal Island Wildlife Management Area (WMA). The North American Industry Classification System (NAICS) code for this procurement is 237990 � Other Heavy and Civil Engineering Construction, which has a small business size standard of $39.5M. �Construction magnitude is $1,000,000.00 to $5,000,000.� By way of this sources sought notice, the USACE NAB intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this notice will be used for planning purposes for upcoming procurements. Therefore, this notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the Government to contract for any supply or service. Further, this agency will not accept unsolicited proposals. Respondents are advised that this agency will not pay for any information or administrative cost incurred in response to this notice; all costs associated with responding to this notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this notice. Responses to this notice will become Government property and will not be returned. Not responding to this notice does not preclude participation in any future RFP, if any is issued. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. PROJECT DESCRIPTION: The USACE NAB has been tasked to solicit for and award construction services for the Lower Wicomico River - Vegetation Planting, Wicomico County, MD. The proposed project will be a competitive, firm-fixed price, Design-Bid-Build (DBB) procured in accordance FAR Part 14 using Sealed Bidding process. The project includes placing hay bales around approximately 130 acres of degraded wetland and vegetation planting. These hay bales are to act as containment for dredged material placed for wetland restoration and increasing migratory bird nesting habitat. In some areas hay bales may need to be stacked and secured two (2) or three (3) high to provide proper containment of dredged material. After dredged material placement, vegetation will be planted to restore the wetland. Planting of vegetation will occur over the two (2) growing seasons post dredged material placement. Vegetation will be Spartina patens and Distichlis spicata, and possibly a smaller amount of Panicum. Vegetation the first growing season may require aerial or hydro seeding, based on consolidation of the dredged material. Vegetation the first growing season may also require the exterior edge only to be hand planted to provide stabilization, with interior planting occurring the second growing season. Minimal land access is available for heavy equipment at the placement site itself. �The anticipated performance period of no more than 780 days from receipt of notice to proceed. INTERESTED SOURCES: Interested sources must submit a narrative demonstrating their qualifications to perform the work as described above.� The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information.� Interested parties shall have similar work experience in wetland restoration work, specifically with the federal government. Contractors should present and identify all expertise, types and number of equipment, bonding limit, and name and number of personnel.� The Contractor must have access to equipment to perform the work they will perform (including purchase, delivery, and placement) and should describe the elements of work they would likely self-perform.� The Contractor should be familiar with the Federal safety manual, Government submittals, RMS, and provisions of the Davis-Bacon Act. Narrative shall be no longer than 12 pages.� Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence. SUBMISSIONS: Must submit the following at a minimum: 1.� Company name, address, point of contact, phone number, and email address, CAGE code and DUNS number. 2. In consideration of NAICS code 237990, with a small business size standard in dollars of $39.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, 8(a), or Large Business. 3.� Indicate the primary nature of your business. 4.� Percentage of work capable of being performed with your equipment.������������������������������������������������������������� 5.� A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Descriptions and references of previous examples of similar work. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submission Instructions: THIS NOTICE IS NOT A RFP.� It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition.� In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirements are invited to submit a response to this sources sought notice no later than 22 April 2020.� All responses under this sources sought notice must be emailed to the Contract Specialist, Ms. Leigha Arnold, at Leigha.M.Arnold@usace.army.mil referencing the sources sought notice number, W912DR20R0029. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� If you have any questions concerning this opportunity please contact: Leigha Arnold via email � Leigha.M.Arnold@usace.armymil *Please note vendors not registered in System for Award Management (SAM) database prior to award of contracts will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code as indicated in the advertised RFP to be considered for award.� Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3ca1130ef8144e268afde7467f5e2e75/view)
 
Place of Performance
Address: Wicomico, VA, USA
Country: USA
 
Record
SN05874837-F 20201217/201215230145 (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.