SOURCES SOUGHT
Y -- Benedictine Bottoms Construction Project
- Notice Date
- 3/30/2012
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-12-R-1027
- Response Due
- 4/9/2012
- Archive Date
- 6/8/2012
- Point of Contact
- John Akin, 816-389-3665
- E-Mail Address
-
USACE District, Kansas City
(john.h.akin@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE; a market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. The U.S. Army Corps of Engineers -Kansas City District has been tasked to provide habitat chutes at Benedictine Bottoms as part of the Missouri River Recovery Program. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a) concerns, Historically Underutilized Business Zone (HUB-Zone) concerns, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns to compete and perform a Firm-Fixed-Price (FFP) Construction Contract. The procurement will result in the award of a firm-fixed price construction contract. The associated North American Industry Classification System (NAICS) code is 237990 "Other Heavy and Civil Engineering Construction" and the small business size standard is $33,500,000.00. This project will have a magnitude between $5,000,000.00 and $10,000,000.00. Sample Scope of Work Work to be performed includes, but is not limited to, constructing two flow-through shallow water habitat chutes (one at 3000' long by 80' wide at the bottom, the other 8000' long by 75' wide at the bottom; both will have a top width of 200'with 1.5:1 sideslopes), three secondary tie-back chutes (one at 400', one at 450', and one at 430' long, with 50' bottom widths and 100' top widths with 1.5:1 sideslopes), two rock grade control structures, and bench cuts to create fish and wildlife habitat that will help mitigate for habitat loss due to the Bank Stabilization and Navigation Program. Contractor will have the option to dredge the chutes with landside disposal or excavate from land. This sources sought notice is solely for the Government's use as a market research tool. As such, the issuance of a competitive solicitation is NOT guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than 9 April 2012 by 14:00 (CST). The response to this notice shall be in summary format and shall not exceed twenty (20) pages. All attachments must be provided in either Microsoft Word (.doc) or Adobe Acrobat (.pdf) format. At a minimum, the following must be provided: 1.Company name; 2.Company mailing address; 3.Point(s) of Contact including Telephone Number(s) & E-mail Address(es); 4.Company's current small business category (Small Business, HUBZone, Service Disabled Veteran Owned, and/or 8(a)) as it relates to (NAICS) Code 237310; 5.A capabilities statement of your firm's capacity to meet this requirement to include any similar projects performed over the last two (2) years; 6.Company's aggregate and single project bonding capacity; 7.A listing of the company's equipment that will be used to execute this work (to include "floating plant" equipment). If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423, Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications (ORCA). To do so requires CCR registration, including an MPIN number. Instructions for completing the ORCA registration may be obtained, and required information may be entered at http://orca.bpn.gov. Per the direction of FAR 4.5 "Electronic Commerce in Contracting", the Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement shall be sent via email to john.h.akin@usace.army.mil. Responses via FAX or traditional mail will not be accepted. All information received will be considered. Failure to respond to this notice does not preclude a firm from offering on any resultant solicitation. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-R-1027/listing.html)
- Place of Performance
- Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN02710825-W 20120401/120330235736-4cd579279ac05dda181091976245d9be (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 |