SOURCES SOUGHT
99 -- Remediation of ACW-Pensacola OU3
- Notice Date
- 5/3/2024 12:34:46 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
- W9127823R0015
- Response Due
- 12/23/2022 12:00:00 PM
- Archive Date
- 01/07/2023
- Point of Contact
- Ariel Chamberlain, Kenneth Harlan
- E-Mail Address
-
ariel.s.chamberlain@usace.army.mil, kenneth.p.harlan@usace.army.mil
(ariel.s.chamberlain@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 a U.S. Army Corps of Engineers (USACE) customer at Operable Unit 3 (OU3) of the American Creosote Works- Pensacola (ACW-Pensacola) 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 OU3 ACW-Pensacola, 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 the ACW-Pensacola Superfund site in Pensacola, Florida. Remediation of the site will include but is not limited to: executing an existing design involving surveying; earth moving; landscaping; tree removal; fencing removal and/or replacement; excavation; installation of a subterranean wall measuring 117 feet deep, between 3� to 5� in width, and measuring 1.5 miles in length. It is estimated that 120,000 C.Y. of soil will be excavated during this effort. Material excavated as a part of this project would be subject to thermal treatment and then stored on site. A cap would be placed over all excavated materials along with associated drainage control structures. The size of this cap is estimated to be between 5-6 acres.� 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, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a), or Women-Owned 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. 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: ariel.s.chamberlain@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 23, 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/aaaed212f61144a9b8a2954b959a04eb/view)
- Place of Performance
- Address: Pensacola, FL, USA
- Country: USA
- Country: USA
- Record
- SN07053255-F 20240505/240503230042 (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 |