Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOURCES SOUGHT

Z -- Certified HUBZone, Service Disabled Veteran and Women-Owned Small Business Concerns sources sought/request for information for River Repairs and Upper Bank Paving

Notice Date
3/10/2016
 
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, Memphis, Attn: CEMVM-CT, 167 North Main Street, Room B-202, Memphis, Tennessee, 38103-1894, United States
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-16-SB-0001
 
Point of Contact
Karen J. Brady, Phone: 9015444146, Judy E. Stallion, Phone: 9015440776
 
E-Mail Address
Karen.j.brady@usace.army.mil, judy.e.stallion@usace.army.mil
(Karen.j.brady@usace.army.mil, judy.e.stallion@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought/Request for Information Exclusively from certified HUBZone, Service Disable Veteran, Women-Owned Small Business Concerns for FY16 River Repairs and Upper Bank Paving. This market survey is for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of certified HUBZone, Service Disabled Veteran and Women-Owned small business concerns interested in participating in the competition to compete and perform a fixed price Indefinite Delivery Indefinite Quantity construction contract. The Government will not pay for any information provided as a result of this market survey. The U.S. Army Corps of Engineers, Memphis District is planning to solicit/award a contract to experienced source(s) capable of performing a wide range of construction projects. Contractors would be required to furnish all plant, labor, materials, and equipment for performing various repairs to stone navigation structures to include all types of stone dikes, revetment Articulated Concrete Mattress (ACM and stone only), chevrons, bendway weirs, hardpoints and other river training structures. Work may also include the construction of hardpoints, and the placement of riprap upper bank paving at various locations on the Ohio River (Ohio River Mile 972 near Mound City, Illinois) and Mississippi River between River Miles 954.0 Above head of Passes (AHP) (confluence of Ohio and Mississippi Rivers) to 599.0 ( AHP) (mouth of the White River, Arkansas). Additional work may include bank grading and dressing, excavation, crushed stone blanket, riprap paving, placement of stone fill and stone paving in specified areas such as dike fields, revetments, and other locations along top bank and in overbank areas landward of top bank, removal and redistribution of stone from dikes and other areas, breaking out pavement, placing and painting range markers, and range clearing. Individual task orders will be issued designating the locations and types of work that will be performed. Each task order will specify the amount of time allowed for completion of the work. The work consists of placing approximately 450,000 tons of stone for the base year and 400,000 tons for the option year. Reponses to this sources sought synopsis are solicited only from certified HUBZone, Service Disabled Veterans and Women-Owned small business concerns that are interested, capable, and qualified. The Government is requesting interested contractors to furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address; (2) Type of Business; (3) State your firm's bonding capacity as of the date of your response. All responses will be reviewed for preliminary planning purposes in determining future acquisition strategy. (4) State what percentage of this work and what items of work you will self-perform and specify your subcontractors. (5) State the type of marine construction equipment, highway, and some off highway hauling equipment that you own and will be used in the performance of this requirement. Please see the list of equipment that has been used in the past below. Provide no more than three (3) references, of the most recent and relevant contracts, performed within the last five (5) years of work same/ similar in nature of which at least 2 of the 3 must involve articulated concrete mattress installation and/or work performed from a barge. Include name, address, telephone number, and e-mail address of references. Also provide a brief description of the work performed, contract number, total contract value, and period of performance. Submission of information should be limited to not more than five (5) pages. Equipment that has been used in the past for this requirement: bulldozer, front-end loader, highway dump trucks, off highway dump trucks, and a small dragline or hydraulic excavator. An outboard boat and motor equipped with a recoding depth finder capable of obtaining accurate soundings and placement control of subaqueous stone. A barge-mounted Bucyrus-Erie 71B dragline equipped with 100 feet of boom and 3 cubic yard rock bucket has been used for grading and stone placement. The machine barge has been.equipped with spuds and winches. The winches are used to raise and lower the spuds. A workboat is needed for moving the barge-mounted dragline, loaded rock barges and offices for the contractor and government inspector from one location to another. The preceding equipment would be considered a construction work unit. The machine barge, the dragline, and the work boat would be used almost each day of work. The bull dozer, hydraulic excavator, and the off-road hauling equipment would be used only occasionally to haul stone that could not be placed by the barge mounted dragline. As a certified HUBZone, Service Disabled Veteran or Women-Owned Small Business, provide affirmation that your firm can comply with the following minimum requirements: FAR 52.219-14, Limitations on Subcontracting, requires that a small business concern perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this requirement is $36.5 million. The total estimated value of this project will be a ceiling value Not to Exceed (NTE) $20,000,000 for a base and one option year. Offerors must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. For additional information regarding this solicitation please contact Karen J. Brady, Small Business Program Manager at (901) 544-4146. The U.S. Army Corps of Engineers, Memphis District will be the procuring office. E-mail responses to this request for information should be sent to: Karen.J.Brady@usace.army.mil. Faxed responses should be sent to 901-544-3142. The due date and time for responses to this announcement is 10:00 a.m. C.S.T. on March 24, 2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-16-SB-0001/listing.html)
 
Place of Performance
Address: Multiple locations within the boundaries of the Memphis District., Memphis, Tennessee, 381031894, United States
Zip Code: 31894
 
Record
SN04046074-W 20160312/160310235050-c923f619ba08791173b2f8c506d4d68b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.