SOURCES SOUGHT
Y -- This is a Sources Sought Announcement to conduct Market Research for developing aProcurement Strategy for an upcoming contract for Construction of the Yellowstone Dam Modification Project
- Notice Date
- 1/15/2010
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Corps of Engineer - Omaha District, 1616 Capital Ave, Omaha, NE 68102-4901
- ZIP Code
- 68102-4901
- Solicitation Number
- W9128F10INTAKE
- Response Due
- 2/2/2010
- Archive Date
- 4/3/2010
- Point of Contact
- Wanda Carter-Davis, (402) 995-2059
- E-Mail Address
-
US Army Corps of Engineer - Omaha District
(wanda.c.carter-davis@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this notice is to gain knowledge of potentially qualified Small Businesses (SB), 8(a), Small Disadvantage Business (SDB), Woman Owned Business (WOB), Service-Disabled Veteran Owned Small Business (SDVOSB), or HUB Zone prime contractor business sources and their size classifications relative to the North American Industry Classification System (NAICS) Code 237990, Heavy Construction. Responses to this Announcement will be used by the Government to make appropriate acquisition planning decisions. Depending upon the responses, a future solicitation will either be set aside in one of the latter categories or be issued on an Unrestricted basis. For purposes of this procurement, a concern is considered to be a small business concern if its average annual receipts for the past three years, do not exceed $33.5 million. The Omaha District Corps of Engineers has a competitive requirement to construct the Lower Yellowstone Diversion Dam Main Canal Intake Diversion Fish Protection, Lower Yellowstone Project, Montana. The work consists of construction of new headworks to include fish screens and sluice gates. Contract will require the construction of an 800 linear foot long earthen cofferdam in the Yellowstone River, which will be approximately 20 feet high from the existing river bed. A portion of the cofferdam will incorporate a steel sheet pile cutoff wall. Dewatering operations are required. The headworks will consist of reinforced concrete pile walls and bridge deck founded on drilled reinforced concrete caissons. The headworks structure will require approximately 5,000 cubic yards of reinforced structural concrete (excluding drilled caissons). Approximately 12 separate fish screens, each with a sluice gate, hydraulic power unit, and controls will be an integral part of the headworks structure. A new canal will be excavated. Estimated excavation quantities are approximately 300,000 cubic yards. The price range of this project is over $10,000,000.00. Estimated construction duration will be 550 calendar days. Tentatively, the solicitation is planned for issuance in late-Spring to early-Summer 2010.. Firms that have the capability/capacity to perform the work described above are requested to provide a capability statement addressing your organizations ability to perform as a prime contractor. Please provide the following: 1.Three examples of projects/experience similar to the type and size of work described above. If contractor has specific cofferdam construction experience, please indicate the overall size of cofferdam construction. Contractors shall submit overall contract award value and construction period of performance. 2.Provide Customer references for the relevant example projects, to include Name of Point of contact, addresses and phone numbers. 3.For the relevant example projects provided, indicate whether you were the prime or a subcontractor. If you were the prime, indicate what percentage of the work you performed. If you were a subcontractor, identify your role in the contract and why that role is relevant. 4) Provide evidence of bonding capacity. 5) Provide information as to the percentage of work you would complete with in-house resources. Include your company name, address, DUNS or CAGE number, point of contact, size of business pursuant to NAICS and response to the following questions: 1. Is your business a small business under NAICS code 237990, Heavy Construction, 2. Does your firm qualify as a Small Disadvantaged Business? 3. If Disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act? What is your Graduation date? 4. Are you a certified HUB Zone firm? 5. Are you a Woman-Owned Business? 6. Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7. Are you a Large Business concern? Responses to this Announcement should be sent as soon as possible but not later than February 2, 2010, 5:00 pm Central Time. Responses not to exceed five pages should be forwarded by email to Wanda.C.Carter-Davis @usace.army.mil. Formal solicitation is currently not available. This is not a Request For Proposal and in no way obligates the Government to award any contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F10INTAKE/listing.html)
- Place of Performance
- Address: US Army Corps of Engineer - Omaha District 1616 Capital Ave, Omaha NE
- Zip Code: 68102-4901
- Zip Code: 68102-4901
- Record
- SN02042886-W 20100117/100115234658-94de87ac1bbd9e70765ea3a88694ec52 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |