SOURCES SOUGHT
C -- Site Preparation for Uranium Processing Facility Construction
- Notice Date
- 11/15/2013
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P514R0002
- Response Due
- 11/25/2013
- Archive Date
- 1/14/2014
- Point of Contact
- Isaac J. Taylor, 615-736-5679
- E-Mail Address
-
USACE District, Nashville
(isaac.j.taylor@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SMALL BUSINESS SOURCES SOUGHT NOTICE PURPOSE: THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ), or Request for Proposal or a promise to issue an RFQ/IFB/RFP in the future. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this RFI. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this RFI. BACKGROUND: The United States Army Corps of Engineers (USACE) Nashville District is currently performing construction management activities through an Interagency Agreement with the Department of Energy, National Nuclear Security Administration (NNSA) to execute site readiness and site preparation subprojects of the Uranium Processing Facility (UPF) construction project at the Y-12 National Security Complex in Oak Ridge, TN. USACE Nashville District anticipates awarding one firm-fixed price construction contract as the result of a best-value tradeoff competitive solicitation. No solicitation document exists at this time. The general scope of work is as follows: 1. Develop and implement a traffic control plan, 2. Maintain the Wet Spoils and West Borrow Areas during construction and close afterwards, 3. Excavate the building 9107 hillside, 4. Excavate the UPF building foundation to within 2 feet of the final level, 5. Excavate a sediment basin (number 4), 6. Grade areas for UPF supporting facilities; and, 7. Perform erosion and sediment control, and water management activities. REQUESTED INFORMATION: Only U.S. Small Businesses under NAICS 238910-Site Preparation Contractors, which has a size standard of $14 Million, are requested to respond to this RFI. Size standards are the average annual receipts of a firm. How to calculate average annual receipts can be found in 13 CFR 121.104. State whether you are considered a small business under NAICS 238910-Site Preparation Contractors. State your firm's name, address, DUNS or CAGE, and primary point of contact. State your firm's current quote mark per contract quote mark construction bonding capacity. State your firm's quote mark aggregate quote mark construction bonding capacity. State your firm's level of experience as a prime contractor in performing similar work to the general scope of work listed above. State the awarded and completed dollar value of contracts your firm has successfully completed within the past six years as a prime construction contractor doing business directly with the Federal Government. State your level of interest in submitting a proposal as a prime contractor to the Federal Government based on the limited scope of work description above. RESPONSES: Please submit the requested information via email to Isaac J. Taylor, Contract Specialist, at Isaac.J.Taylor@USACE.ARMY.MIL no later than 9:00 a.m. CST on November 25, 2013. You may also submit supplemental materials such as brochures and product literature. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD FOR TRANSMITTING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P514R0002/listing.html)
- Record
- SN03234907-W 20131117/131115234134-8ce1bf749942897950dbfda722700902 (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 |