Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 05, 2024 SAM #8256
SOURCES SOUGHT

Y -- Panola County, MS, MDHP, RP-17-05, FC/MR&T, Yazoo River Basin, Long Creek Watershed

Notice Date
7/3/2024 12:41:43 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE24B0015
 
Response Due
7/11/2024 12:00:00 PM
 
Archive Date
09/30/2024
 
Point of Contact
Freteshia L. Johnson, Phone: 6016315219, Robert Ellis Screws, Phone: 6016317527
 
E-Mail Address
Freteshia.L.Johnson@usace.army.mil, Ellis.Screws@usace.army.mil
(Freteshia.L.Johnson@usace.army.mil, Ellis.Screws@usace.army.mil)
 
Description
W912EE24B0015 -�Panola County, MS, MDHP, RP-17-05, FC/MR&T, Yazoo River Basin, Long Creek Watershed W912EE � THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, AND THE VICKSBURG DISTRICT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION. The U.S. Army Corps of Engineers (USACE), Vicksburg District (MVK) is conducting market research to facilitate a determination of acquisition strategy for this procurement.� The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources. A market survey is being conducted to determine if there are a reasonable number of firms, large or small businesses, interested in performing the required work in the required locations.� A decision as to whether the work will be set-aside for specific socio-economic category businesses is pending. We would like to hear from small businesses, small disadvantaged businesses, HUBZONE small businesses, woman-owned small businesses, or service-disabled veteran-owned small businesses in particular. In any case, if you are interested in this work, please respond accordingly. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. The North American Industry Classification System (NAICS) Code for this acquisition is 237990, Other Heavy and Civil Engineering Construction. The Small Business Administration Size Standard for NAICS Code 237990 is $45 Million. The Product Service Code is Y1PZ, Construction of Other Non-building Facilities. This Sources Sought Synopsis shall not be construed as a commitment by the Government, nor will any reimbursement be made for any costs associated with providing information in response to this request or any follow up information requests.� NO SOLICITATION IS CURRENTLY AVAILABLE. BACKGROUND AND PURPOSE: The purpose of this Sources Sought Notice is to gauge interest, capabilities, and qualifications of various members of the Construction Community, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. After review of the responses to this announcement and, if the Government still plans to proceed with this project, a separate solicitation announcement will be published on SAM.gov. Responses to this announcement are not an adequate response to any future solicitation announcement. For the purpose of market research, USACE MVK will be utilizing this request for information to determine the availability of sources capable of providing the construction services required as well as the acquisition approach best suited for this project. PROJECT DESCRIPTION: The USACE, MVK requests letters of interest from qualified construction contractors interested in performing construction services for Panola County, MS, MDHP, RP-17-05, FC/MR&T, Yazoo River Basin, Long Creek Watershed. The work consists of constructing five (5) riser pipe grade control structures and bank stabilization. Principal features of the work include clearing and grubbing, excavation, fill, backfill, embankment, miscellaneous items, control of water, engineering fabric, stone protection, longitudinal peak stone dikes with tiebacks, corrugated metal pipe, erosion control, lime treatment, welding, concrete work, and storm water pollution prevention and environmental protection.� RESPONSE FORMAT: Responses shall not exceed ten (10) pages in total, inclusive of all offeror attachments. A one (1) page executive summary shall not be considered part of the total page limit. The Capability Statement shall be comprised of the below information: 1. �Brief History of the company. 2. �Experience in delivering same or similar services/supplies. This section shall demonstrate the offer�s experience and ability to provide skilled personnel and manage requirements that are the same or similar to those addressed in the project description or PWS. 3. �List of current or previous contracts: The offeror shall provide contract title, contract number, period of performance, dollar amount, and description of work performed on up to five Government contracts. List should be limited to work performed within the last five years and include reference name, email, and phone number. 4. �General information: � � �a. Firm Name, address(es), points of contact, telephone numbers, and email addresses � � �b. Cage Code � � �c. NAICS (list all NAICS under which your firm is registered) � � �d. Offeror�s business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service-Disabled Veteran Owned Small Businesses, and Women-Owned Small For 8(a) Contractors, please include anticipated graduation date from the 8(a) Program. � � �e. Identification of Joint Venture, if applicable (Business Name, Business Size and Cage Code of JV). 5.� Offeror�s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). SUBMIT TO: Submissions shall be via email to Freteshia Johnson, Contract Specialist, at Freteshia.L.Johnson@usace.army.mil. Responses should be sent as soon as possible, but not later than 2:00 PM Central Time, July 11, 2024. Please use the following subject line for the email: �W912EE24B0015 � Panola County, MS, MDHP, RP-17-05, FC/MR&T, Yazoo River Basin, Long Creek Watershed.� Telephone inquiries will not be accepted or acknowledged. All interested firms must be registered in the System for Award Management (www.SAM.gov) and maintain an active registration for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c8745876eff0474f82a11c69bf894c83/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07117759-F 20240705/240703230117 (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.