Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2022 SAM #7602
SOURCES SOUGHT

99 -- Design/Build Highway 30 Retaining Wall at Tongue Point Job Corps Center

Notice Date
9/21/2022 4:17:49 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
JOB CORPS ACQUISITION SERVICES Washington DC 20210 USA
 
ZIP Code
20210
 
Solicitation Number
1605AE-22-N-00025
 
Response Due
10/5/2022 11:00:00 AM
 
Point of Contact
Martrelle A. PyattHarvin, Phone: 202-693-0149, Emily M. Giardino, Phone: 215-861-5226
 
E-Mail Address
PyattHarvin.Martrelle@dol.gov, Giardino.Emily.M@dol.gov
(PyattHarvin.Martrelle@dol.gov, Giardino.Emily.M@dol.gov)
 
Description
The US Department of Labor, Office of Job Corps Acquisition Services, has a requirement for a qualified firm to provide design-build services for the Old Highway 30 Retaining Wall at the Tongue Point Job Corps Center in Astoria, Oregon.� THIS IS A SOURCES SOUGHT NOTICE.� In accordance with Federal Acquisition Regulation (FAR) 10.002(b) (2) (i), this notice is issued for the purpose of conducting market research.� Market research is being conducted to determine if there are potential businesses with the capacity and experience to perform the required work.� This Notice is not to be misconstrued as an Invitation for Bid or Request for Proposal.� There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� The full extent of the work will be described in the solicitation, which may follow at a later date.� However, a summary of the services to be performed is provided as follows.� The services provided for the Old Highway 30 Retaining Wall will mitigate occasional slope failures along a section of the highway. Since stability of the slope cannot be reasonably attained, a temporary retaining structure will be designed and built across the toe of the slope in the right of way of Old Highway 30. The design and construction of the retaining structure will accommodate removal of debris as subsequent slope failures occur. The design will also provide for maintenance of the retaining structure and existing storm drains. Preliminary design recommendations include a soldier pile wall with timber lagging, approximately 70 feet long with height above grade of 15 feet. To stabilize a water main running through the construction area, the City of Astoria will relocate a section of the main, near the toe of the slide, from the shoulder of the highway to the middle of the highway. This work is to be accomplished before construction of the retaining structure begins. Coordination between the design-build contractor and the City of Astoria will be required. The estimated price range is between $500,000 to $1,000,000. Firms interested in this requirement are requested to submit a statement of qualifications.� Your statement of qualifications shall demonstrate the capacity of your firm to perform the services described above, and should include the following information: Pertinent factors for consideration of qualifications (in order of importance) 1.�Previous projects of similar scope and value A. Contractor has performed design-build construction of two or more comparable earth retaining structures in the last five years. Previous projects shall have, at a minimum, included geotechnical analysis, seismic analysis, design options analysis, and cost estimating. B. Contractor has performed previous civil works projects encompassing permitting and compliance with local, state, and national permitting requirements. Provide previous project examples which shall include the location of the project (City, State), the project owner, a brief and concise description of the project scope, specialty design consultants employed, a comparison of the construction budget versus the final contract amount, and a brief and concise description of the services provided. 2.��� Project Location Contractor has completed two or more design-build projects in the region of the Country the project is located in the last five years indicating familiarity with state and local codes, environmental conditions, economic conditions, and experience/qualifications of local design consultants. 3.��� Cost control, project schedule, safety, and quality of work A.�� Contractor has a proven record of excellent performance by completing projects on or ahead of time.�� Using the previous project examples include the Contract Award/NTP date, the original contract completion date, and the actual contract completion date for each project. B.�� Contractor has a proven record of excellent performance by reducing cost and completing projects on or below budget.� Using the previous project examples indicate the contract award amount, the final contract value, and a percentage of change order value relative to the total construction value for each project.� C.�� Contractor has established Safety and Quality Control procedures and protocols which are consistently applied to all projects.� 4.��� Financial Capabilities Contractor is in sound financial standing with no claims or liens.� Contractor has sufficient financial capacity to bond a project in the $500K to $1M range.� Provide aggregate and per project bonding capacity limits. Your project examples shall include the location of the project, the project owner, a brief description of the services performed.� Your synopsis should also include the date of contract award, the original and final date of contract completion. Using the previous project examples indicate the original contract price and final contract value.� The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; and 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Your submission should not exceed 10 pages.� Your response to this notice, is due no later than October 5, 2022, by 2:00 PM EDT, and shall be submitted via email to Martrelle Pyatt Harvin, Contract Specialist, US Department of Labor/OASAM/OSPE/JCAS, A&E Construction, pyattharvin.martrelle@dol.gov.� HUB Zone, veteran-owned small businesses, service-disabled veteran-owned small business, small disadvantaged businesses, and 8(a) businesses are encouraged to submit responses.� The NAICS Code for this requirement is 237990.� Acknowledgment of responses will not be made, nor will respondents be notified regarding the results of the Government�s evaluation of the information received.� The determination to proceed with the acquisition is within the discretion of the Government.� Telephone inquiries will not be accepted.� Please be reminded that a prospective Offeror interested in obtaining a contract award with the Government must be registered in the Federal Government's System for Award Management (SAM) database.� Additional information regarding contractor registration can be obtained through www.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/76720a72600143a9b09f53c0d2cec875/view)
 
Place of Performance
Address: Astoria, OR, USA
Country: USA
 
Record
SN06474366-F 20220923/220921230141 (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.