Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOURCES SOUGHT

Y -- John H. Kerr Dam and Reservoir Right Wing Dike Toe Drain Replacements

Notice Date
2/25/2022 11:08:40 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
W912PM22B0021
 
Response Due
3/4/2022 8:00:00 AM
 
Point of Contact
Jenifer Garland, Phone: 9102514314, Rosalind M. Shoemaker, Phone: 9102514436
 
E-Mail Address
jenifer.m.garland@usace.army.mil, rosalind.m.shoemaker@usace.army.mil
(jenifer.m.garland@usace.army.mil, rosalind.m.shoemaker@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE FOR John H. Kerr Dam and Reservoir Right Wing Dike Toe Drain Replacements 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 seeking information regarding the capability and availability of qualified contractors to provide the John H. Kerr Dam and Reservoir Right Wing Dike Toe Drain Replacements in Mecklenburg County, Virginia. Government is requesting information from interested and capable sources for the purpose of identifying sources that can meet the Government's requirement and help determine how to issue the solicitation. The information provided must contain enough detail to demonstrate ability to meet the Government's requirement as described in the Project Information listed below. It is the intent of the Government to solicit and award as a firm fixed priced contract and will be procured in accordance with the FAR, DFARS, AFARS, and USACE Acquisition Instructions. The responses are for informational purposes only and do no obligate the Government or Contractor in any way. The work consists of the installation of new drain systems and toe berm in two areas along the toe of the John H. Kerr Dam Right Wing Dike and abandonment and grouting of seven sections of existing CMP toe drainpipe the abandonment of five existing manholes and complete abandonment of six previously abandoned existing outfall pipes. The work also consists of the repair to one section of the toe drain outfall pipe that has punctured or severely deformed at the John H. Kerr Dam Right Wing Dike. The locations of the new toe drain system and the damaged section of toe drain outfall pipe are shown on the plans. The work also includes the clean out of the existing toe drain system, including existing pipe and manholes and the video inspection of the existing toe drain system. The work also requires the raising of the existing piezometers where shown on the plans. Services to be provided under this contract include procuring and furnishing all equipment, labor, materials, and supplies to accomplish the work described. The magnitude of construction for this project will be between $5,000,000.00 and $10,000,000.00. All interested firms with 237990 as an approved NAICS code have until 04 March 2022 at 1100 AM to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM Record to included DUNS Number and CAGE Code - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business.� Any supporting documentation that confirms your socio-economic status should be provided, i.e., 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, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work (i.e., complex construction projects) in the area of toe drain construction, heavy and civil engineering.� The contractor must provide evidence of comparable work on two (2) recent projects greater than $2,00,000.00 in value (not more than five (5) years old.) Include the project name and description of the key/salient features of the project (completion date, total contract construction value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. 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. - 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. The Government may not give credit to your socio-economic class 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: Rosalind Shoemaker and Jenifer Garland E-mail: �Rosalind.m.shoemaker@usace.army.mil and jenifer.m.garland@usace.army.mil The email should be titled:� JHK Toe Drain Sources Sought Response 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://sam.gov/opp/273a826148a2407dbb2b1523f75d7655/view)
 
Place of Performance
Address: Boydton, VA 23917, USA
Zip Code: 23917
Country: USA
 
Record
SN06251722-F 20220227/220225230114 (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.