Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2022 SAM #7632
SOURCES SOUGHT

99 -- US Army Corps of Engineers, Vicksburg District (MVK) Mississippi River and Tributaries (MR&T) Program Multiple Award Task Order Contract(s) (MATOC)

Notice Date
10/21/2022 1:18:04 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE23R-MVK
 
Response Due
11/21/2022 12:00:00 PM
 
Point of Contact
Robert Ellis Screws, Phone: 6016317527, Dustin G. Cannada, Phone: 6016317546
 
E-Mail Address
Ellis.Screws@usace.army.mil, dustin.g.cannada@usace.army.mil
(Ellis.Screws@usace.army.mil, dustin.g.cannada@usace.army.mil)
 
Description
This market survey is 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 Government will not pay for any information provided as a result of this market survey. The U.S. Army Corps of Engineers, Vicksburg District, is conducting research to determine the capabilities of potential contractors to support the Mississippi Rivers and Tributaries (MR&T) Program. The district is considering awarding one (1) MATOC, to accomplish the MR&T Program utilizing Other Heavy and Civil Engineering Construction, NAICS 237990.� The Small Business Size Standard for this requirement is $39.5 million. Offerors must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. 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) participants, Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Small Disadvantaged Business (SDB) and Women Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. All small businesses are highly encouraged to participate. MVK is seeking qualified, experienced sources capable of performing large levee enlargements on the Mississippi River Levee Project.� Contractors will be required to furnish all plant, labor, materials, and equipment for performing construction of compacted, semi-compacted, and uncompacted embankments for levee and berm construction utilizing Government furnished riverside or landside borrow areas and installation of relief wells� along the toe of the levee.� This work will be performed primarily along the Mississippi River levee system within the geographic bounds of the Vicksburg District, but may include other levee systems within the Vicksburg District, and/or similar levee systems within the Mississippi Valley Division (particularly the Memphis or New Orleans District). Additional work would include clearing and grubbing, ditching, furnishing and installing culverts and cattle guards, construction of drainage structures in borrow areas, establishment of turf, and crushed stone or asphalt paving on the levee crown.�� The MATOC ordering period will be five (5) years. The total contract capacity will not exceed $200M. The estimated minimum size of a task order is $1Million. The estimated maximum size of a task order is $20 million with the average size task order being $5 Million to $10 Million. Firms must have the ability to perform multiple task orders simultaneously.� Upon award to the initial MATOC pool, individual task orders will be competitively issued to MATOC holders, through designating the locations and types of work that will be performed on each task order. If your firm is a Small Business, provide affirmation that your firm can comply with the following minimum requirements: FAR 52.219-14, Limitations on Subcontracting, requires that a small business concern perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The Government is requesting interested contractors to furnish the following information: (1) Firm�s name, address, point of contact, telephone number, and e-mail address. (2) Firm's interest in submitting a bid in response to the solicitation when it is issued. (3) Type of Business (small business, small-disadvantaged business, etc.) (3) State your firm�s bonding capacity as of the date of your response (single project and aggregate project bonding capacity). (4) Provide an example of at least one project similar in scope, magnitude and cost as the projects described above. Include the point of contact information for examples provided.� Past performance on indicated projects may be verified. The responses received to this notice will provide the basis for determining industry capability and the set-aside category to be used. Therefore, it is critical that firms interested in the opportunity to support this program complete and return the attached survey. Firms are cautioned to carefully consider whether they possess the requisite capability, capacity, experience and financial/bonding capacity to perform multiple projects at multiple locations simultaneously. Responses are to be completed with all requested information and submitted via e-mail to the attention of: Ellis.Screws@usace.army.mil. & Dustin.G.Cannada@usace.army.mil. To be considered, responses must be received by 1400 C.S.T. on 21 November 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/934a438ae7af4dda9ab9d7555395a254/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN06500537-F 20221023/221021230114 (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.