Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOURCES SOUGHT

Y -- Escambia Wood Treating (ETC) Superfund Site, Pensacola, Florida

Notice Date
5/3/2024 12:37:28 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127823R0016
 
Response Due
12/20/2022 12:00:00 PM
 
Archive Date
01/04/2023
 
Point of Contact
LANELL A. ROBERTS, Phone: 2516943859, Kenneth Harlan, Phone: 2516943763
 
E-Mail Address
lanell.a.roberts@usace.army.mil, Kenneth.P.Harlan@usace.army.mil
(lanell.a.roberts@usace.army.mil, Kenneth.P.Harlan@usace.army.mil)
 
Description
Market Research and Sources Sought Notice for information on capability and availability of contractors to perform new construction for USACE customer at Operable Unit 2 (OU2) of the Escambia Wood Treating (ETC) Superfund Site, Pensacola, Florida. The purpose of this Market Research and Sources Sought Notice is to acquire information on the number and capability of qualified Small Business and Large Business firms interested in a prospective procurement of construction services at OU2 ETC, FL. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the government in making an appropriate acquisition decision. The U.S. Army Corps of Engineers � Mobile District has been tasked to solicit for and award a Contract to Remediate OU2 at ETC in Pensacola, Florida.� Remediation of the site will include but is not limited to: The Government is seeking qualified, experienced sources capable of performing Remediation of the ETC site will include but is not limited to: executing an existing design involving surveying, earth moving, landscaping; installation / operation of one of the following systems:� Steam-Enhanced Extraction; Surfactant-Enhanced Aquifer Remediation (SEAR); In-Situ Chemical Oxidation (ISCO) or In-Situ Enhanced Biodegradation (ISEB) for treating groundwater and soil contamination. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $25,000,000 and $100,000,000.� Estimated duration of the project is 3 years. Sources being sought are firms with a North American Industry Classification System (NAICS) Code of 237990 with a Small Business Size Standard of $39.5 million. Responses should include the following information and shall not exceed a total of ten (10) pages: 1. Offeror's name with UEI, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), [economically disadvantaged women-owned small business (EDWOSB), shall be indicated on first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity. 4. Past Performance Information that documents the respondents experience performing projects similar to that described above. The referenced projects should be of similar scope and magnitude and should have been completed within the last eight years. Information should be provided in the form of Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs) or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). 5. Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a), Women-Owned shall be indicated on first page of submission. 6. Minimum capabilities required for the selected firm must have, either in-house or through consultants, the following disciplines: Project Manager; Environmental Engineer; Chemist; Geologist; Hydrogeologist; Certified Industrial Hygienist;� Chemical Engineer; Civil Engineer; Regulatory Specialist; Human Health Risk Assessor; and Ecological Risk Assessor. As this project is anticipated to exceed $35M, in accordance with the executive order on Project Labor Agreements please provide the following information: The anticipated impacts to schedule and cost as a result of a Project Labor Agreement being mandatory. If a Project Labor Agreement is mandated on this project, would your company submit an offer when the solicitation is issued? NO HARDCOPY RESPONSES WILL BE ACCEPTED. ALL RESPONSES WILL BE ELECTRONIC and submitted in pdf format to the following email address: contact LaNell.A.Roberts@usace.army.mil and Kenneth.P.Harlan@usace.army.mil. The subject line of the email shall reference the Market Research number in the announcement and submittals are due no later than December 20, 2022. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4405dc8aa944b4aac0819e2ea384e47/view)
 
Place of Performance
Address: Pensacola, FL 32505, USA
Zip Code: 32505
Country: USA
 
Record
SN07053188-F 20240505/240503230041 (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.