SOURCES SOUGHT
Z -- GRAND PRAIRIE WIDENED CANAL RESERVOIR, NORTHWEST OF CITY OF DEVALLS BLUFF, AR
- Notice Date
- 3/19/2015
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-15-S-0004
- Response Due
- 3/27/2015
- Archive Date
- 5/18/2015
- Point of Contact
- Estella Blackman, (901) 544-0768
- E-Mail Address
-
USACE District, Memphis
(estella.c.blackman@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT ONLY- The Solicitation is not available at this time. This notice does not constitute a commitment by the Government. A market survey is being conducted by the Memphis District, Corps of Engineers to Widen Grand Prairie Canal Reservoir. The U.S. Army Corps of Engineers, Memphis District has a future requirement for construction of Grand Prairie Widened Canal Reservoir. The Grand Prairie Area Demonstration Project is a water conservation and supply project responding to the concerns for declining groundwater levels in the Grand Prairie Region and most of eastern Arkansas. The major resource problem in the project area and eastern Arkansas is aquifer depletion and the lack of a dependable water supply to continue irrigation of cropland. The only solution to eastern Arkansas's and particularly the Grand Prairie's groundwater problem is an alternative water supply with conservation. The alternative water supply will be imported water. A major pumping station located on the White River will provide imported water to the Grand Prairie Area via a system of new canals, check structures, turnouts, bridges and siphons. The project is divided into construction items. Items 1 and 1B are a 1640 CFS Pump Station, discharge pipes and outlet structure (the Widened Canal Reservoir). The Widened Canal Reservoir will be used as an integral part of the operating system by providing inline storage of irrigation waters and regulating flows from the proposed 1640 cfs pumping station. The Widened Canal Reservoir will be at the downstream end of the discharge pipe outlet structure and will have a total footprint of approximately 99 acres (63 Acres Surface Area and 36 Acres of Levee). The purpose of the Widened Canal Reservoir is to regulate the water levels and reduce wave action in the downstream irrigation canals due to differential water levels caused by the operation of the pump station. The Widened Canal Reservoir is not designed primarily as a storage reservoir. Differential water levels and wave action are minimized in the downstream irrigation canals due to the size of the Widened Canal Reservoir and the design of the Check Structure. The Widened Canal Reservoir operates when water is pumped from the pump station through (2) 10ft diameter pipes into the Widened Canal Reservoir through the Outlet Structure, a concrete weir structure. Water is released into the downstream irrigation canals through the Check Structure, a concrete structure with (4) steel tainter gates The anticipated start date for this project is 30 Sep 2015. The period of performance is 915 calendar days from the date of receipt of acknowledged notice to proceed (NTP) by the Government. A firm-fixed price solicitation will be issued. The North American Industry Classification System (NAICS) Code is 237990 and size standard is $36.5 million. Two site showings will be scheduled once solicitation is issued to ensure the contractor is familiar with the site conditions consistent with the specifications. The Government anticipates awarding a contract with firm-fixed unit prices resulting from the future solicitation. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The purpose of this survey is to gain knowledge of interested, capable and qualified small businesses that are 8(a), HUBZone, Service-Disabled Veteran Owned Small Business (SDVOSB) or women owned (WOSB) concerns capable to perform Grand Prairie Widened Canal Reservoir near DeValls Bluff, Prairie County, AR. If you can meet the above requirements please respond to this announcement by email or mail to the Contracting Office, U.S. Army Corps of Engineers, ATTN: Estella Blackman, 167 N. Main Street B-202, Memphis, TN 38103-1894 or by E-Mail to Estella.c.blackman@usace.army.mil. The results of this market survey notice will be used to make an appropriate acquisition determination method for the above contract. The Government will use responses to this market survey announcement, to determine the method to be used (8(a), HUBZone, SDVOSB, WOSB etc.) to procure this requirement for the Government. The order of magnitude for this effort is estimated to be over $10,000,000.00. A small business must perform at least 15 percent of the above project with its own employees not including the cost of materials. Firms responding to this announcement are requested to demonstrate in writing their capability of performing this project by addressing the following items, numbered 1 through 6. (1) Provide firms name, address, telephone number, fax number, e-mail address cage code, DUNS number, point of contact, size of the firm and its socio-economic status (Small, 8(a), Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZONE Small Business) (2) Provide five examples of projects similar to the Grand Prairie Widened Canal Reservoir that has been performed in the last seven (7) years. Each project should have a detailed project description and include the amount of the project, as well as beginning and end dates. These projects should be relevant in terms of size, scope, and complexity. (3) For the five relevant example projects requested in item (2), indicate whether you were the prime or a sub-contractor. 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 was relevant. (4) Provide a list of all the firms current on-going projects, the bonding amount, expected completion date, name, point of contact, phone number of the prime contractors bonding company. (5) Provide evidence of bonding capability on bond company letterhead. Bonding capacity shall be current as of the date of this announcement. (6) Provide proof of Small Business Administration (SBA) registration as an 8(a) and/or Hub-zone Small Business shall also be provided with this response. Responses are required no later than 27 March 2015 by one of the methods listed in this announcement. The contractor will be required to provide performance and pbrayment Bonds within five (10) calendar days after notice of award by the Government. The contractor shall begin work within ten (10) calendar days after acknowledgement of the Notice to Proceed (NTP). Please indicate whether your firm would submit a bid for this project, upon release of solicitation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of announcement. Please limit submission to no more than ten (10) pages. All future information about this acquisition, including solicitation and/or amendments, will be distributed solely through the Federal Business Opportunities website at www.fbo.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. The response date for this sources sought is on/before March 27, 2015. No collect calls will be accepted. No telephone request or written requests for the market survey will be accepted. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) to receive a government contract. The website for registration is https://www.sam.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-15-S-0004/listing.html)
- Place of Performance
- Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN03673748-W 20150321/150319235911-7dd696acea3967431f6044ebeda153c3 (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 |