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

Z -- Keystone Stilling Basin Repairs

Notice Date
2/25/2022 10:01:48 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV22R0020
 
Response Due
3/14/2022 12:00:00 PM
 
Point of Contact
Tyler Godwin, Phone: 9186697281, Robert Connors, Phone: 9186697078
 
E-Mail Address
tyler.l.godwin@usace.army.mil, robert.w.connors@usace.army.mil
(tyler.l.godwin@usace.army.mil, robert.w.connors@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� All Small Businesses may participate. The Government is seeking qualified, experienced sources capable of performing repairs of concrete deficiencies within the Keystone Lake Stilling Basins. Repairs to concrete will not require the handling of riprap, coarse aggregate, silt, debris, and other foreign material deposited within the stilling basin other than at locations of repairs. Dewatering of the Keystone stilling basins and lowering of the downstream tailwater will not occur during performance of this requirement. Contractor shall provide all labor, equipment, and materials and perform all operations necessary for the following tasks; construct and maintain upland temporary access/haul roads to perform work, relocate all riprap, coarse aggregate, silt, debris, and other foreign material deposited within the areas of stilling basin repairs, and repair deficient concrete areas. The North American Industry Classification System code for this procurement is 237990, which has a small business size standard of $39,500,000.� Firm�s response to this synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, CAGE code, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation if it is issued. 3.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): ��������� Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested firms shall respond to this Sources Sought Synopsis no later than 14 March 2022, at 2:00 PM CST. All interested firms must be registered in SAM to be eligible for award of Government contracts. �Email your response to the Contract Specialist, Tyler Godwin, at Tyler.L.Godwin@usace.army.mil. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7060511cc27a4a0896eafc39cea5924e/view)
 
Place of Performance
Address: Tulsa, OK, USA
Country: USA
 
Record
SN06251726-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.