Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2023 SAM #8059
SOURCES SOUGHT

Z -- WD Mayo Embankment Repair

Notice Date
12/19/2023 5:44:17 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W076 ENDIST TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV24XBW01
 
Response Due
1/4/2024 12:00:00 PM
 
Archive Date
01/19/2024
 
Point of Contact
Brian Welch, Phone: 9186697652, Gene Snyman, Phone: 9186697010
 
E-Mail Address
brian.j.welch@usace.army.mil, gene.snyman@usace.army.mil
(brian.j.welch@usace.army.mil, gene.snyman@usace.army.mil)
 
Description
SOURCES SOUGHT for Embankment Repair downstream of WD Mayo Lock and Dam 14 in Le Flore and Sequoyah Counties, OK This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary acquisition planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information requests.� Respondents will be notified of the sources sought evaluation results upon request. The U.S. Army Corps of Engineers (USACE) � Tulsa District (SWT) has been tasked to solicit and award a contract for the repair of the southern embankment downstream of the WD Mayo Lock and Dam 14 in Le Flore and Sequoyah counties in OK. Proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 14 � Sealed Bidding.� The type of set-aside decision(s) to be issued will depend upon the responses to this sources sought announcement and associated market research. The design-bid-build project work consists of removing existing bedding stone on the crest and landside, along approximately 1 mile of the embankment, and replacing it with new bedding stone and riprap. Additionally, demolition and re-construction of some sections of the embankment will be required. Also, dewatering operations on the landside of the embankment may be required as necessary to complete the work. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities and relevant experience of all business size standards to provide construction for work assigned to USACE Southwestern Division (SWD) as well as USACE national initiatives, international, & interagency support.� The Government must ensure there is adequate interest and competition among the potential pool of responsible firms.� Interested Small Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Woman Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB) Concern, and Large Business are highly encouraged to respond to the sources sought. In accordance with FAR 36/DFARS 236, the estimated construction price range for this project is $1M-$5M.� The North American Industrial Classification System (NAICS) Code for this procurement is 237990, Other Heavy and Civil Engineering Construction, which has a small business size standard of $45M.� Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that a firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Prior Government contract work is not required for submitting a response to 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. Anticipated solicitation issuance date is on or about�April 2024,�and the estimated proposal due date will be on or about�May�2024.� The official solicitation notice citing the solicitation number will be issued on http://sam.gov,�inviting firms to register electronically to receive a copy of the solicitation when it is issued. Note that Firms must be registered in the System of Award Management (SAM) to be eligible for award of Government contracts. EXPERIENCE / CAPABILITIES STATEMENT CRITERIA:� 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 5.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 6.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 4 JAN 2024.� All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to brian.j.welch@usace.army.mil and gene.snyman@usace.army.mil.� Questions concerning this Sources Sought should be e-mailed to the Contract Specialist, Brian J. Welch, at brian.j.welch@usace.army.mil; phone number 918-669-7652. PERSONAL VISITS FOR THE PURPOSE OF DISCUSSING THIS SOURCES SOUGHT WILL NOT BE ENTERTAINED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9a066a30ea7c4e7588b90d1ff451319f/view)
 
Place of Performance
Address: Spiro, OK 74959, USA
Zip Code: 74959
Country: USA
 
Record
SN06917624-F 20231221/231219230055 (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.