SOURCES SOUGHT
Y -- Roads and Infrastructure Improvements
- Notice Date
- 6/18/2015
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-15-B-0010
- Response Due
- 7/6/2015
- Archive Date
- 8/17/2015
- Point of Contact
- Nicole Brookes, 410-962-0154
- E-Mail Address
-
USACE District, Baltimore
(nicole.c.brookes@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Baltimore District is issuing this Sources Sought Announcement to determine interest, availability and capability of Small Business (SB) Firms, Certified 8(a) Firms, Certified Historically Underutilized Business Zone (HubZone) Firms, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns for a construction project for a Roads and Infrastructure Improvements project at Fort Belvoir, VA. The NAICS code for the work described below is 238910 - quote mark Site Preparation Contractors quote mark with a size standard of $15,000,000.00. The magnitude of construction for this project is between $10,000,000.00 and $25,000,000.00. Work is anticipated to begin early 2016 and will extend over a 12 to 18-month period. The location of services to be performed under this contract shall be at Fort Belvoir, VA. The project will consist of a Roads and Infrastructure Improvements project to support the upcoming National Museum of the United States Army (NMUSA) by providing access, site preparation and infrastructure for NMUSA. The museum campus will be situated on a 41-acre plateau. Work consists of: - Clearing and grubbing, rough grading, cuts and fills, berms, retaining walls (to support rough grading, cuts, and fills), and sediment and erosion control - New Fairfax County Parkway intersection and traffic improvements including: traffic control signalization, connections, and final programming, intersection lane markings and signage, and road closing -New entrance road, service road, and service area, including associated curbing -Construction of sanitary sewer including gravity flow lines, wastewater pumping station, force main, and connection to an outfall -Construction of storm water management infrastructure to within 5' of proposed building perimeter -Construction of water lines to the site and all on-site distribution to within 5' of proposed buildings and structures -Security features along perimeter of site - such as guard booth, barriers, and security gates -Environmental restoration -Demolition of abandoned golf course irrigation system and golf course structures and features Please provide at least two examples of projects substantially completed within the last seven years in which you have demonstrated the following construction capability and identify your role in the project(s): Experience managing projects of similar size, scope and project duration Experience with site work, clearing and grading for a 40 acre area including large retaining walls Experience with installation of significant runs of utility distribution lines Experience with roadway, intersection, and traffic signalization work Experience working around other contractors with whom there is no contractual relationship Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications and specific examples of past experience in performing the work requirements stated above. Identify the responsibilities that your firm had in the specific project(s). The package must show project examples of all of the experience/expertise listed above. However, the experience does not have to be demonstrated on one single project. Please include a Point of Contact and phone number for each project example who may be contacted for further information on contractor's effort and performance. Please indicate the team subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications. Interested bidders must provide a letter from your bonding company stating the firms bonding capability, to include single and aggregate bonding capability. Responses are due by 06 July 2015. Responses are limited to twenty pages. Interested firms shall provide the above documentation in a.pdf file via email at nicole.c.brookes@usace.army.mil. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of six months from the date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-B-0010/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN03769263-W 20150620/150618235323-b365013120bdf2900741762c7424506a (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 |