Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOURCES SOUGHT

Y -- Bayou Meto Basin, Arkansas - Canal 1000 Phase 3.2

Notice Date
4/19/2023 5:41:12 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST MEMPHIS MEMPHIS TN 38103-1894 USA
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ23R0026
 
Response Due
4/28/2023 12:00:00 PM
 
Point of Contact
Darcel Glenn, Phone: 901-333-3602, Monica Moody, Phone: 901.544.0838
 
E-Mail Address
darcel.g.glenn@usace.army.mil, Monica.a.moody@usace.army.mil
(darcel.g.glenn@usace.army.mil, Monica.a.moody@usace.army.mil)
 
Description
This Sources Sought has been revised to reflect the updated Size Standard for NAICS 237990 which is $45 million. SOURCES SOUGHT SYNOPSIS For Bayou Meto Basin, Arkansas - Canal 1000 Phase 3.2, Lonoke County, Arkansas Solicitation Number: W912EQ23R0026 This is a SOURCES Sought announcement; a market research 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.� Respondents will not be notified of the results. The United States Army Corps of Engineers_Memphis District has requirement for the Bayou Meto Canal, Arkansas-Canal 1000, Phase 3.2.��The Bayou Meto Canal 1000 Phase 3.2 is a Federal Construction contract to further the US Army Corps of Engineers project implementation to bring agricultural water supply to the Bayou Meto Basin, Arkansas.� It is located in Lonoke County, Scott, Arkansas and consists of 15,165 Linear Feet of irrigation canal, requiring 560,000 Cubic Yards of fill and 412,000 Cubic Yards of excavation; installation of 8 farm offtakes, 5 siphon structures, 2 pump turnouts, and 1 gatewell turnout; placement of stone revetment; borrow pit operations; and associated grading and drainage. The canal is a clay-lined earthen structure with a 40-foot bottom width and 3:1 (Horizontal: Vertical) side slopes. This project will be a competitive, firm-fixed price contract.� The government intends to issue a solictation; however, the results and analysis of this market research will finalize the determination of the procurement method.� The type of set-aside decision to be issued will depend upon the capabilities of the responses to this sources sought synopsis. The purpose of this synopsis announcement is to gain knowledge of interest, capabilities and qualifications from 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 Woman-Owned Small Business (WOSB) Only. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, and WOSB Only businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of constructing the above referenced work: In accordance with FARs Part 36, the estimated construction price range for this project is between�$25,000,000.00 and $100,000,000.00. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $45 Million. The Federal Supply Code (FSC) is YlKB Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. If a large business firm is selected for this announcement they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan. Prior Government contract work is not required for submitting a response under this sources sought synopsis. However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The type of solicitation to be issued will be a Request For Proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated award date for this project will be September 31, 2023. The official Synopsis citing the solicitation number will be issued on www.SAM.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: Firm's name, address, point of contact, phone number, and e-mail address. Firm's interest in bidding on Statement of Work solicitation when it is issued. Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the last 5 years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project.� Provide at least three examples Firm's size: Large business, small business category and business size, (Small business, HUB Zone, SDVOSB, 8(a), or WOSB Firm's Joint Venture information is applicable-existing, including Mentor Protege and teaming arrangement information is acceptable. Firms' Bonding Capability (construction bonding level per contract and aggregate bonding level per contract and aggregate bonding level, both expressed in dollar, via letter from the bonding company). Interested Firm's shall respond to this Sources Sought Synopsis no later than 12:00 P.M Central Time on April 28, 2023 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Email your response to:�Ms. Darcel G. Glenn, Contract Specialist,�Contracting Division, USACE - Memphis District,� Memphis, TN 38103 Email: darcel.g.glenn@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/da1878557f544606b420b920475128da/view)
 
Place of Performance
Address: Scott, AR 72142, USA
Zip Code: 72142
Country: USA
 
Record
SN06656434-F 20230421/230419230119 (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.