Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2012 FBO #4003
SOURCES SOUGHT

Z -- Design-Build, Short Guide Wall Repair at Newt Graham Lock & Dam #18, McClellan-Kerr Arkansas River Navigation System Oklahoma - sources sought documents

Notice Date
11/7/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV-13-R-0005
 
Point of Contact
Brian J Abel, Phone: 9186697407
 
E-Mail Address
brian.j.abel@usace.army.mil
(brian.j.abel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit C Exhibit B Exhibit A Sources Sought Announcement Classification Code: Z - Maintenance, Repair, Alteration of Structures and Facilities NAICS Code: 237990 - Other Heavy & Civil Engineering Construction Contracting Office Address: USAED, Tulsa, Corps of Engineers, Contracting Division, 1645 S 101st E Avenue, Tulsa, OK 74128-4609 TITLE: POTENTIAL SOURCES SOUGHT - Design-Build, Short Guide Wall Repair at Newt Graham Lock & Dam #18, McClellan-Kerr Arkansas River Navigation System, Oklahoma. Requirement: The purpose of this synopsis is to conduct market research on potential contractors for future construction services for "Design-Build, Short Guide Wall Repair at Newt Graham Lock & Dam #18, McClellan-Kerr Arkansas River Navigation System Oklahoma." ***This is not a request for competitive proposals or quotations.*** This project will be a total turn-key Design-Build contract with all design and construction work performed by the Contractor. Specifics include: • The Contractor shall provide all investigation, design, research, travel, plant, materials, equipment, labor, instruments, tools, subcontractors, supervision, and management to complete all work required by the contract. • The Contractor shall design and construct repairs to the damaged concrete lifts of the Newt Graham Lock and Dam #18 left guide wall monolith section L-7. • The Contractor shall also design and construct a permanent protection cell to protect construction from floating vessels within the navigation channel. • The Contractor shall provide to the Government design plans, specifications, calculations, and the method of construction for review and approval prior to mobilization. • All work shall be in accordance with the requirements of 29 CFR 1910, 29 CFR 1926, EM 385-1-1, latest editions, and other references as listed and applicable. • Design and construction shall include provisions to not interfere with navigation. • Interested parties must be registered in the System for Award Management, www.sam.gov. • Exhibits A through C are provided for clarification. Potential sources shall submit a capability statement of no more than six pages in length, which addresses the following key areas: (1) TECHNICAL - Submit a list of recent projects demonstrating knowledge and past experience relating to all types of work described above, particularly in the areas of mass concrete placement, safety, and quality control. Submit only current and recent past project and client information from the previous four (4) years. Include a brief description identifying the firm's capactiy (prime or subcontractor), the contract type and number (list by task order if Indefinite Delivery/Indefinite Quantity), contract or task order dollar value, dollar value of work subcontracted, percent complete, date completed if complete, name and title of customer Point Of Contact (POC) and current POC phone number. (2) BUSINESS SIZE - Identify all eligible small business classifications (i.e. Small Business (SB), Small Disadvantaged Business (SDB), 8(a), Economically Disadvantaged Women-Owned (EDWOSB), Woman-Owned Small Business (WOSB), Service Disabled Veteran Owned Small Business (SDVOSB), HUBZone, etc.). If the firm is a small business, the response to this synopsis shall include how the firm will meet the Federal Acquisition Regulation (FAR) requirement for limitations on subcontracting for the proposed solicitation (or completed contracts of a similar nature and size) that states "The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees." This is not a request for competitive proposals or quotations. A determination by the Government not to compete this proposed contract remains at the discretion of the Government. Email is the Government's preferred method for receiving responses to this sources sought notice. Please respond to the Contract Specialist at brian.j.abel@usace.army.mil no later than 4:00 pm CST on 17 Dec 2012. Responses may also be mailed to the following address: USACE Tulsa District, Attention: Brian Abel, Contract Specialist, 1645 S 101st E Avenue, Suite 350, Tulsa, OK 74128-4609. If mailing a written response, please include a digital copy on a disk capable of being read by a Windows computer. This action will be conducted under FSC Code Z2PZ, Repair or Alteration of Other Non-Building Facilities, NAICS Code 237990, Other Heavy & Civil Engineering Construction. The small business size standard is $33.5 Million. Please direct all questions to Contract Specialist Brian Abel at (918) 669-7407 or brian.j.abel@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-13-R-0005/listing.html)
 
Place of Performance
Address: Newt Graham Lock & Dam #18, McClellan-Kerr Arkansas River Navigation System, Oklahoma, Wagoner, Oklahoma, 74014, United States
Zip Code: 74014
 
Record
SN02926511-W 20121109/121107235457-ca061f1d27761678d02b5e2487d80390 (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 |
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.