MODIFICATION
Z -- CHAIN OF ROCKS DITCH WORK
- Notice Date
- 11/29/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District St. Louis, ATTN: CEMVS-CT, 1222 Spruce Street, St. Louis, MO 63103-2833
- ZIP Code
- 63103-2833
- Solicitation Number
- W912P913S001
- Response Due
- 12/6/2012
- Archive Date
- 1/28/2013
- Point of Contact
- Barrietta Killiebrew, 314-331-8514
- E-Mail Address
-
USACE District St. Louis
(barrietta.killiebrew@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. INFORMATION RECEIVED IN RESPONSE TO THIS REQUEST WILL BE CONSIDERED PROCUREMENT SENSITIVE AND WILL NOT BE RELEASED TO ANY OTHER PARTY, FOR ANY PURPOSE OTHER THAN TO DEVELOP MARKET INFORMATION FOR INTERNAL USE BY THE ST. LOUIS DISTRICT, CORPS OF ENGINEERS. The NAICS code for this proposed acquisition is 237990. The Product Service Code is Y299. The control number for this notice is W912P9-13-S-001. The Government will use responses to this Sources Sought notice to make appropriate acquisition decisions regarding the possible procurement of Chain of Rocks Ditch Work, Phase 2 Project Description The project consists of replacing an existing 48 quote mark culvert with a 72 quote mark diameter reinforced concrete pipe (RCP). The section of new pipe is approximately 230 feet in length, and is underneath an existing railroad embankment. The height of fill over the culvert ranges from approximately 15 feet outside the railroad embankment to approximately 35 feet directly under the railroad tracks. Four new precast concrete manholes will be required in order to tie into the existing 72 quote mark RCP that exists on either side of the existing 48 quote mark culvert. Two existing manholes will be removed. The means of installation of the culvert will be by the jack-and-bore method. This specialized method is required to minimize disturbance to the embankment, and the operations of the railroad. This method includes excavating adjacent to the railroad embankment on each side, and pushing the sections of RCP through the embankment by boring through the soil and jacking against the wall of the excavation. The selected contractor must be capable of completing the project using this jack-and-bore method. The project will not be allowed to be constructed using open-cut excavations through the railroad embankment. The PDT recommends experience requirements be placed on the contractor to ensure a capable contractor with prior experience with this specialized jack-and-bore method is selected. The recommended requirement is that the contractor has completed no fewer than three successful projects using this method to install RCP culverts of at least 60 inches in diameter. Contractor will have at least three years experience in using the jack-and-bore method within a five year period. Contractors will provide: 1) Firm name, address, e-mail, telephone and fax number. 2) If submitting as a small business, provide identification of the company as a Small Business with proper certification; 8(a), Hub Zone, Service Disabled Veteran or Woman-Owned. 3) Address your capability to secure bonding for the projects described above in the range of $500,000.00 to $1,000,000.00 Million. 4) Experience of five years using the jack-and-bore method. The estimated price range of each project is between $500,000.00 and $1,000,000.00. The NAICS Code is 237990 and the small business size standard is $33.5 million. The Corp will require the prime contractor to have documentable experience showing completed projects of similar size and scope using the jack-and-bore method. Firms interested and capable of providing the required services should provide: a) The company name, address, Point of Contact (POC), size of business pursuant to the following questions: (1) is your business small? (2) If small, does your firm qualify as a small, emerging business or a small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business. (4) Is your firm a certified Hub Zone firm? (5) Is your firm a certified Service-Disabled Veteran Owned Small Business: b) At least three (3) similar, completed contracts within a five year period, performance rating and POC. 5. Interested contractors should submit a copy of a Capability Statement that exhibits clear and convincing evidence of your firm's capabilities/experiences to perform the above work. The capability statement is not to exceed 7 pages (front and back). Any information submitted by respondents to this sources sought is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. Responses must be received no later than 2:00 p.m., Central Standard Time, 04 December 2012, to the following address: Contracting Division, Attn: Barrietta Killiebrew, St Louis District, Corps of Engineers, 1222 Spruce Street, Room 4.207, St Louis, Missouri, 63103-2833 or e-mail to Barrietta.Killiebrew@usace.army.mil. Please direct any questions on this announcement to Barrietta Killiebrew at the addresses shown above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/08bd04ee4582fef1dd453f2a53ec907d)
- Place of Performance
- Address: USACE District St. Louis ATTN: CEMVS-CT, 1222 Spruce Street St. Louis MO
- Zip Code: 63103-2833
- Zip Code: 63103-2833
- Record
- SN02939744-W 20121201/121129235103-08bd04ee4582fef1dd453f2a53ec907d (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 |