Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2021 SAM #7279
SOURCES SOUGHT

99 -- FY22 River Repairs and Upper Bank Pavement

Notice Date
11/3/2021 11:46:34 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST MEMPHIS MEMPHIS TN 38103-1894 USA
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-22-SB-0001
 
Response Due
12/3/2021 10:30:00 AM
 
Archive Date
12/01/2022
 
Point of Contact
Judy Stallion, Phone: 9015440776, Fax: 9015443142, Kimberly Daniel-Ray, Phone: 9015444146
 
E-Mail Address
Judy.E.Stallion@usace.army.mil, kimberly.s.danielray@usace.army.mil
(Judy.E.Stallion@usace.army.mil, kimberly.s.danielray@usace.army.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
Sources Sought � Market Capability Survey Title of Work: River Repairs and Upper Bank Paving 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 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 and 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. Work to be performed utilizing both river and land-based equipment. 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 a total of approximately 2,000,000 tons of stone for the base contract and three (3) option periods. North American Industry Classification System: 237990����� Small Business Size Standard: $39.5M Acquisition Strategy:� The acquisition strategy to be determined after analysis of responses. Pricing is Firm Fixed Price.� Work Location: Various locations along the Ohio River (Ohio River Mile 972 near Mound City, Illinois), Mississippi River between River Miles 954.0 AHP (confluence of Ohio and Mississippi Rivers), to 599.0 AHP (mouth of the White River, Arkansas) 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, DUNS #, firm business size and socio-economic status. (2) Provide examples (minimum of three) 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.� (3) For the relevant example projects requested in item (2), indicate whether your firm was the prime or subcontractor.� 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 contractor�s bonding company. (5) The Government is requesting interested contractors to furnish the following information: (a.) Will consolidating River Repairs and Upper Bank Paving into a Single Award Task Order Contract (SATOC) for a base year with three option years impact your ability to compete for this requirement? (b.) What negative impacts, if any, will your firm experience as a result of the consolidation of specific requirements? (c.) Will consolidating this requirement impact your ability to participate in this type requirement within the Mississippi Valley division? (d.) 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. (e.) Provide no more than five (5) references of the most recent and relevant contracts, performed within the last eight (8) 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. Small Business Description: Provide capability of performing the work, either by 100% self-performance or through teaming.� Specifically, if you would not be self-performing 100% of the work, please provide: An estimate of your self-performance and a proposed team approach (for example:� are you part of an approved mentor prot�g� team through the SBA 8(a) or All Small Mentor Prot�g� Program?� Will you be teaming with other small businesses to meet the self-performance requirements? Will your subcontractors be primarily small businesses? What type of work would likely be subcontracted?�� Have you performed this type of work previously with similar teaming arrangements?� If so, what were issues with contract performance?�� NOTE:� Small businesses may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this source sought must clearly discuss the areas of the Draft Performance Work Statement that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 15% of the total cost of the contract value must be incurred by or for personnel of the small business firm (or similarly situated entities) pursuant to the FAR clause at 52.219-14 entitled �Limitations on Subcontracting (NOV 2011)�. In order for the Government to make a Small Business (SB) set-aside (or other socioeconomic sub-category) determination, it is emphasized that SB concerns provide sufficient written information to clearly demonstrate their capacity, capability, and responsibility (in accordance with FAR 9.1 and the requirements at FAR 19.502(b)(1) to successfully perform and manage all the requirements of this effort. Magnitude of Work:� Between $25,000,000 and $50,000,000 Contract Duration: TBD (solicitation) Estimated Start Date: Mar 2022 (Exact date TBD) Site Visit Time & Date: TBD (solicitation)� �� Response Time & Date: �1:30 PM CST, 03 December�2021 Please note following link:�Federal Contractor Vaccination Mandate: Important Dates for Covered Contractors - https://www.natlawreview.com/article/federal-contractor-vaccination-mandate-important-dates-covered-contractors 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 judy.e.stallion@usace.army.mil & kimberly.s.danielray@usace.army.mil� Interested firms shall provide one copy of the above documentation.� Responses shall be limited to ten (10) pages.� The Government will not pay for any material provided in response to this market survey; nor return the data provided.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/448a96ea8ec14d4b9cdec9f1bb974fad/view)
 
Record
SN06170405-F 20211105/211103230114 (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.