Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

Y -- Sources Sought - Chicago Sanitary and Ship Canal (CSSC) Roadway Paving and Fencing project

Notice Date
1/5/2023 7:30:26 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W072 ENDIST CHICAGO CHICAGO IL 60604-1437 USA
 
ZIP Code
60604-1437
 
Solicitation Number
W912P6-23-S-0001
 
Response Due
1/25/2023 1:00:00 PM
 
Archive Date
05/01/2023
 
Point of Contact
Casimir Brzozowiec, Phone: 3128465373, Miriaha D. Sigmon, Phone: 5023156852
 
E-Mail Address
casimir.brzozowiec@usace.army.mil, miriaha.d.sigmon@usace.army.mil
(casimir.brzozowiec@usace.army.mil, miriaha.d.sigmon@usace.army.mil)
 
Description
This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, and Service Disabled Veteran Owned Small Businesses. If you are interested in this project, please respond appropriately. Chicago Sanitary and Ship Canal (CSSC) Roadway Paving and Fencing project, 790 East Old Romeo RD., Romeoville, IL. (Estimated magnitude of construction cost is between $10,000,000.00 and $25,000,000.00) � The Fish Barrier is located in Romeoville, IL; the nonoptional paving work for this contract will be conducted at designated fenced areas located at the Fish Barrier. The optional paving work for this contract will be located at designated locations outside of the existing fenced areas on the east bank of the Fish Barrier. Paving for both nonoptional and optional contract items to be completed in this contract shall utilize fiberglass-reinforced concrete. This contract will also include drainage considerations; this task will be a Non-optional contract item. This contract will also include the removal and relocation of the designated existing fencing, and also the installation of new nonconductive fencing at various designated areas around the entire perimeter of the Fish Barrier; this task will be a nonoptional contract item. Contract duration is estimated at� 550 calendar days. NAICS code is 237310 Highway, Street, and Bridge Construction. All interested Small Businesses, certified HUBZONE, 8A, Woman- Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on January 25, 2023 by 3:00 P.M. Pacific Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Entity Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Construction associated with highways (including elevated), streets, roads, airport runways, public sidewalks, parking lots or bridges.� The work performed may include new work, reconstruction, rehabilitation, and repairs.� Concrete paving experience to include work with fiberglass-reinforced concrete.� Fencing installation with non-conductive fencing.� Project scopes also to include removal of: gravel on gravel roads, jersey barrier barricades and existing fencing. b. Projects similar in size to this project include: Construction associated with highways (including elevated), streets, roads, airport Construction associated with highways (including elevated), streets, roads, airport runways, public sidewalks, parking lots or bridges.� The work performed may include new work, reconstruction, rehabilitation, and repairs.� Concrete paving experience to include work with fiberglass-reinforced concrete.� Fencing installation with non-conductive fencing.� Project scopes also to include removal of: gravel on gravel roads, jersey barrier barricades and existing fencing. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019- O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Casimir Brzozowiec at Casimir.Brzozowiec@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. All contractors must be registered in the System for Award Management (www.SAM.gov) to do work with the government. An active SAM registration isn't required to submit on this market survey. Those not currently registered can obtain registration by going to the website http://www.SAM.gov and are highly encouraged to begin the registration process. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration. Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. PLEASE NOTE: SAM is completely free of charge for both registrants and users. An active SAM registration is not required to submit on the market survey. Interested Offerors shall respond to this Sources Sought Synopsis no later January 25, 2023 by 3:00 P.M.� Pacific time. ALL RESPONSES MUST BE EMAILED to Casimir Brzozowiec, Contract Specialist at: Casimir.Brzozowiec@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. All interested sources must respond to future solicitation announcements separately from the responses to this market survey.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c1d2605dbe04b06be1b834513753b1d/view)
 
Place of Performance
Address: Lockport, IL 60441, USA
Zip Code: 60441
Country: USA
 
Record
SN06557638-F 20230107/230105230110 (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.