Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2024 SAM #8087
SOURCES SOUGHT

Y -- PROJECT LABOR AGREEMENTS AND VENDOR CAPABILITIES - FMM SOURTHERN EMBANKMENT SE-4

Notice Date
1/16/2024 7:47:21 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
 
ZIP Code
55101-1323
 
Solicitation Number
W912ES24S0001
 
Response Due
1/31/2024 11:00:00 AM
 
Archive Date
02/15/2024
 
Point of Contact
Scott E. Hendrix, Kenneth J. Eshom
 
E-Mail Address
Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil
(Scott.E.Hendrix@usace.army.mil, kenneth.j.eshom@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PROJECT LABOR AGREEMENTS (PLA s) Survey and request for CONTRACTOR CAPABILITY STATEMENT PACKAGE This is a SOURCES SOUGHT NOTICE for Market Research ONLY. NO AWARD will be made from this Sources Sought Notice.� The U.S. Army Corps of Engineers (USACE), St. Paul District is seeking interested sources capable of providing all labor, material, and equipment necessary to construct the Fargo Moorhead Metropolitan (FMM) Area Flood Risk Management Project, Southern Embankment Reach SE-4 with the use of a Project Labor Agreement (PLA). The Fargo-Moorhead Metropolitan (FMM) Area Flood Risk Management Project is a large, multi-faceted project that will result in significant flood risk management for the project area.� Southern Embankment Reach SE-4 is one part of the overall FMM project. The Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach SE-4, is located in Clay County, Minnesota, and consists of 5.8 miles of dam embankment, with associated borrow ditch and drainage ditch.� The reach includes four road crossings over the embankment, at 3rd St. S, 140th Ave. S, 150th Ave. S and 160th Ave. S.� The contract also includes two drop structures, one at the Red River and one at Wolverton Creek; and a gravel road between 150th Ave. S and 180th Ave. S. It is anticipated that this project will be solicited in the spring of 2024.�� All dates are tentative and for planning purposes only.� In accordance with DFARS 236.204, the anticipated magnitude of this project is defined as �Between $25,000,000 and $100,000,000�.� The North American Industry Classification System (NAICS) code for this project would be 237990; Other Heavy and Civil Engineering Construction with a size standard of $45.0 Million. Information submitted will be used in determining an acquisition strategy. We ask that you provide adequate detailed information for the Government to determine, without doubt, an effective acquisition approach for the required products/services. Project Labor Agreement (PLA):� Please respond to the following questions: ��������������� 1.� Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. 2.� Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. 3.� Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. 4.� Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 5.� dentify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. 6.� Identify any additional information you believe should be considered on the use of a PLA on the referenced project. 7.� Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. CAPABILITY STATEMENT PACKAGE:� We ask that firms interested in submitting their capabilities for this project, include the following information: Capability Statement: A capability statement expressing your firm's interest in this requirement, describing your company and its capability to provide the service / construction in a timely fashion. Include a statement detailing any special qualifications and certifications, applicable to the anticipated scope of this project, held by your firm and/or in-house personnel. If your firm anticipates entering into any form of partnership (Joint Venture, etc.), please provide any information available as to the potential partner. Additionally, please provide your firm�s bonding capacity. 2.� A statement of your firm's business size and type with regards to the NAICS code listed above. If your firm falls into one of the sub-category small businesses, e.g. HUBZone or Service-Disabled Veteran Owned, please provide that information as well. 3.� CAGE Code and Unique Entity ID (UEI) for your firm and any potential subcontractors or partners. 4.� A statement confirming that if a Project Labor Agreement (PLA) was required for this procurement that it would not deter your submission of a proposal. Submit this information to Mr. Scott Hendrix, Contract Specialist, via email to Scott.E.Hendrix@usace.army.mil. �In order to be considered, your response to this notice must be received on or before 1:00 PM (local time) on January 31, 2024. This sources-sought announcement is used to identify concerns with the capability to provide these services, and the applicability of a Project Labor Agreement for this project. If, at a later date, it is determined that this project moves forward and is solicited, it will be under a different solicitation number.� This is not a solicitation, and no plans or specifications are available.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/71eb8c66a7a5439d9cd256a5ecb14f8c/view)
 
Place of Performance
Address: Comstock, MN 56525, USA
Zip Code: 56525
Country: USA
 
Record
SN06936435-F 20240118/240116230046 (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.