Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2021 SAM #7098
SOURCES SOUGHT

Z -- Below Kennett Seepage Remediation

Notice Date
5/6/2021 9:27:45 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Memphis Memphis TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-20-S-0003
 
Response Due
5/21/2021 11:00:00 AM
 
Archive Date
06/05/2021
 
Point of Contact
Thomas E. Mercer, Phone: 9015444146, Kimberly Daniel-Ray, Phone: 9015443358
 
E-Mail Address
thomas.e.mercer@usace.army.mil, kimberly.s.Danielray@usace.army.mil
(thomas.e.mercer@usace.army.mil, kimberly.s.Danielray@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought � Market Capability Survey Title of Work: Below Kennett Seepage Remediation� The US Army Corps of Engineers, Memphis District, is seeking capability statements from all Small Business sources with the capabilities and experience to perform the following work: Project Description: The Below Kenneth Seepage Remediation will be a Stand Alone Contract, IFB, Small Business Set-Aside project, throughout the Arkansas and Missouri areas of the Memphis District. The project consist of an approximate 6 mile long area located along the left (east) bank of the St. Francis River between levee baseline stations 21/48+00 and 27/00+00. This levee reach is considered part of the 5 segment, 115.5 mile long East Bank St. Francis to Big Lake West Levee System (System 11) and is more specifically within the 17 mile stretch known as Segment 37 (Segment ID 4004000037). The approximate study area, as seen in the figure below, is directly west of Kennett, Missouri (Dunklin County) and runs south towards the Varney River sleeve levee confluence area with the St. Francis River. The project scope includes analysis of excessive seepage potential and the subsequent remediation of critical upward seepage gradients expressed along the landside levee toe and within adjacent ditch work running parallel to the levee. Project work described in the following paragraphs includes: Backfilling multiple large drainage ditches running parallel to the landside levee toe Construction of continuous, semi?pervious landside berms Re?orienting interior drainage away from the levee through a combination of existing/ new ditch work ��and re?grading fields adjacent to the levee. All current drainage ditches running parallel to the landside levee toe and within the proposed landside seepage berm footprint will be cleared, grubbed, and backfilled with similar material as used in the berm construction. Any structures or culverts within this footprint will also be demolished and removed. Since the current ditches are typically continuous, any orphaned sections of the ditch will also be filled in to an elevation similar to the adjacent land. North American Industry Classification System: 237990����� Small Business Size Standard: $36.5M � Acquisition Strategy:� USACE Memphis District is seeking Small Business� capable of performing this work. Pricing is Firm Fixed Price. Work Location: The majority of the work will be in the AR and MO vicinity. The exact location will be indicated on the contract drawings (see map below). Requirement: Firms responding to this announcement are requested to demonstrate in writing its capability to perform the work for this project by addressing the following items: (1) Provide the Firms name, address, firm size and socio-economic status. (2) Provide examples (minimum of two) of projects similar in nature to the work in the above project description your firm has performed in the past 8 years. Each example should include a detailed project description, location, the dollar value of the project, the beginning and end date of the project. These projects should be relevant in terms of size, scope, and complexity.� Experience in excavating levee embankments and wet borrow pits, compacting embankments, processing wet earthen materials including high plasticity clays, haul roads within tight Right of Way, working on and along state highway including jersey barriers, signs, arrow boards, attenuators, flagmen and other pertinent traffic control, installing culverts, crossing other highway and county roads, controlling moisture and compaction efforts, temporarily stock piling stripping of existing sod along with other earthen materials and placing different excavated types of earthen material (clays, silts and sands) in different areas as excavated are considered relevant in terms of scope.� (3) For the relevant example projects requested in item (2), indicate whether your firm was the prime or Sub-contractor.� If the prime, indicated what percentage of the work you performed. �If the firm was a subcontractor, identify your role in the contract and explain the relevancy of the role.� Also provide copies of performance rating for projects submitted and resume of key personnel. (4) Provide a list of the firm�s current on-going projects, the bonding amount and the expected completion dates.� Also include the name, point of contact, and phone number of the prime contractors bonding company. Magnitude of Work:� Between $10,000,000 and $15,000,000 Contract Duration: 400 Days Estimated Start Date: June 2020 (Exact date TBD) Site Visit Time & Date: TBD� Response Time & Date: �1 PM CST, 13 Jan 2020 All interested parties should submit qualifying documentation not later than the response time and date to the below address. Electronic submissions are acceptable. Send via email (PDF format) to thomas.e.mercer@usace.army.mil� Interested firms shall provide one copy of the above documentation.� Responses shall be limited to six (6) pages.� The Government will not pay for any material provided in response to this market survey nor return the data provided.� USACE, Memphis District Small Business Program Office ATTN: Thomas E Mercer 167 N. Main St. Memphis, TN 38103
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ee52c038ab84b18aac49ff4ba01552e/view)
 
Place of Performance
Address: Kennett, MO 63857, USA
Zip Code: 63857
Country: USA
 
Record
SN05994598-F 20210508/210506230120 (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.