SOURCES SOUGHT
Y -- Sources Sought: Fargo Diversion Inlet Structure
- Notice Date
- 12/23/2015
- 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, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-16-SS-0004
- Archive Date
- 1/21/2016
- Point of Contact
- Aragon Liebzeit, Phone: 6512905418, Kevin P. Henricks, Phone: 6512905414
- E-Mail Address
-
aragon.n.liebzeit@usace.army.mil, kevin.p.henricks@usace.army.mil
(aragon.n.liebzeit@usace.army.mil, kevin.p.henricks@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE), St. Paul, Minnesota District is seeking interested sources for the Fargo Diversion Inlet Structure project. The work site is in Fargo, ND (Cass County). Our intent is to issue a Request for Proposals (RFP) in approximately June 2016 for the award of one firm-fixed-price contract. Using USACE supplied plans and specifications, the contractor will accomplish the following summary Scope of Work: This work is part of the Fargo Moorhead Metro Area Flood Risk Management Project. The work includes, but is not limited to all plant, labor, and materials to construct a gated control structure that will control the amount of water that enters the diversion channel from the upstream staging area. Features include steel piling, mass concrete, three 50-foot wide tainter gates, a parabolic spillway, stilling basin, abutment walls, dam walls to tie the structure to the dam embankments, a vehicle service bridge across the top of the dam walls and across the structure, a mechanical platform and a control building. Mass Concrete involves concrete placed in large dimensions with unique materials and mix designs. The placement requires special considerations to reduce or control the heat of hydration and the resulting temperature rise to avoid damaging the concrete through excessive temperatures and temperature differences. The work also includes approximately one thousand feet of diversion and connecting channel and dam embankments. All work will require the Contractor to follow the procedures in the Army Corps of Engineers Safety Manual. This phase of the Fargo Moorhead Metropolitan Area Flood Risk Management Project is being competed and awarded by USACE and is separate from other phases that are currently being constructed and will be constructed by the non-Federal entities such as the Flood Diversion Board of Authority and the City of Fargo. The North American Industry Classification System (NAICS) code for this project is 237990; Other Heavy and Civil Engineering Construction with a size standard of $36.5M. The estimated magnitude of construction is between $25,000,000 and $100,000,000; the contract will require 100% performance and payment bonds. Information submitted will be used in determining an acquisition strategy. It is your responsibility to provide adequate detailed information for the Government to determine, without doubt, that your firm is capable of completing a project of this scope and complexity. In order for your response to this sources sought to be considered, you must provide all of the following: 1) A capability statement expressing your firm's interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work and construction magnitude. Include a point of contact name, phone number and email address. 4) A statement of your firm's bonding capacity. A statement from your surety is not required. 5) A statement of your firm's business size and type with regards to the NAICS code listed above. If your firm falls into one of the sub-category small businesses, e.g. HUBZone or Service Disabled Veteran Owned, please provide that information as well. 6) CAGE Code and DUNS number (for your firm and any potential subcontractors or partners). Submit this information to Mr. Aragon Liebzeit, Contract Specialist, 180 5th St. E, Suite 700, St. Paul, MN, 55101 or via email to Aragon.N.Liebzeit@usace.army.mil. Your response to this notice must be received, in writing, on or before 4:30 PM (local time) on January 6, 2016. This sources-sought announcement is used to identify concerns with the capability to accomplish the work. This is not a solicitation. Funding is not currently available for this action. An RFP will not be issued until funding is received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-16-SS-0004/listing.html)
- Place of Performance
- Address: Fargo, North Dakota, United States
- Record
- SN03977285-W 20151225/151223234332-7980819755aa6418d60da6dc89858d3b (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 |