SOURCES SOUGHT
Z -- 2023 Poplar Island Spillway Rehabilitation, Talbot County, Maryland
- Notice Date
- 2/9/2023 5:30:39 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR23X0U9K
- Response Due
- 2/24/2023 8:00:00 AM
- Archive Date
- 04/30/2023
- Point of Contact
- Amber Duty, Phone: 4109623987, Gary Faykes, Phone: 4109620192
- E-Mail Address
-
amber.l.duty@usace.army.mil, gary.faykes@usace.army.mil
(amber.l.duty@usace.army.mil, gary.faykes@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� The U.S. Army Corps of Engineers (USACE), Baltimore District requests capability statements from qualified industry partners. USACE Baltimore District has been tasked to solicit and award a firm-fixed-price construction contract for 2023 Poplar Island Spillway Rehabilitation, Talbot County, Maryland.� No reimbursement will be made for any costs associated with providing information in response to this request or any follow-up information requests; all costs associated with responding to this notice will be solely at the responding party's expense. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.� The NAICS code for this acquisition is 237990 - Other Heavy and Civil Engineering Construction, with a size standard of $37,000,000.00.� The magnitude of construction is between $1,000,000.00 and $5,000,000.00. By way of this Market Survey/Sources Sought Notice No. W912DR23X0U9K, USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Therefore, this notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to contract for any supply or service. Further, USACE Baltimore District will not accept unsolicited proposals. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract.� It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. PROJECT DESCRIPTION: The Government intends to issue an Invitation for Bid (IFB) for 2023 Poplar Island Spillway Rehabilitation, Talbot County, Maryland.� Poplar Island is an ecosystem restoration project located in the upper-middle Chesapeake Bay in Talbot County, Maryland, approximately 39 miles south-southeast of the Port of Baltimore and two miles northwest of Tilghman Island. The primary purpose of this contract is to repair two existing spillway structures and plug and abandon several unused spillway structures.� Poplar Island utilizes spillway structures to discharge water from inside the island, under the perimeter dikes, and out to the Chesapeake Bay.� Each spillway consists of two � 36-inch corrugated metal pipes of approximately 100 ft in length, which are controlled by individual sluice gates.� The Spillway Rehabilitation work consists of slip ling four � 36-inch corrugated metal pipes with HDPE pipes, and minor structural repairs to the sluice gates and appurtenant features.� Abandonment work will include filling and capping between four and eight 36-inch corrugated metal pipes to prevent long term impacts to the island�s perimeter dikes.� All work will be performed within Cells 1, 3, 4, and 5 of Poplar Island, a remote location accessible only by boat. The Contractor shall provide all necessary labor, equipment, materials, and transportation to perform the construction.� The anticipated period of performance is approximately 120 calendar days after Notice to Proceed.� Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and UEI number. 2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. 3. In consideration of NAICS code 237790, with a small business size standard in dollars of $37,0000,000.00, indicate which of the following small business categories your business is classified under: Unrestricted Business, Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 5. Provide a letter from your surety company stating your maximum bonding capability for a single project and your aggregate bonding capability. 6. Provide the details of at least two (2) examples of projects similar in size and scope within the past six (6) years directly performed by your company. Include dates of projects, project references (including owner with phone number and email address), and final costs of completed projects. 7. The submittal should contain and identify all expertise, types and number of equipment, and name and number of personnel. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 8. � Total submittal shall be no longer than ten (10) pages in one (1).pdf file. Comments will be shared with the Government and the project team, but otherwise well be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT AN RFP. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this source sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this sources sought notice no later than 24 February 2023 by 11:00 am EST. All responses under this Sources Sought Notice must be emailed to Amber Duty at amber.L.duty@usace.army.mil and Gary Faykes at gary.faykes@usace.army.mil referencing the source sought notice number W912DR23X0U9K.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for an award. Vendors must all be registered in SAM under the applicable NAICS code 237990 as indicated in the advertised IFB to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eb280c979f5640cb8d8c3ed3aa4bdfe0/view)
- Place of Performance
- Address: Sherwood, MD 21665, USA
- Zip Code: 21665
- Country: USA
- Zip Code: 21665
- Record
- SN06587975-F 20230211/230209230118 (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 |