Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
SOURCES SOUGHT

Y -- Mississippi River Structures

Notice Date
9/14/2016
 
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-S-0007
 
Archive Date
10/13/2016
 
Point of Contact
Thomas E. Mercer, Phone: 9015443375
 
E-Mail Address
thomas.e.mercer@usace.army.mil
(thomas.e.mercer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement. This "for information only" market survey will 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. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers, Memphis District has been tasked to solicit for and award a Multiple Award Task Order Contract (MATOC) For Mississippi River Structures at Various Locations in the Memphis and Vicksburg Districts. Proposed action will be a competitive, firm-fixed price, Multiple Award Task Order contract(s) procured in accordance with FAR 15, Contracting by Negotiation, using the Lowest Price, Technically Acceptable source selection process. The type of set-aside used will depend upon the capabilities of the respondents to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone) and Service-Disabled Veteran-Owned Small Business (SDVOSB) firms. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the construction of various types of stone navigation structures to include all types of dikes, chevrons, bendway weirs, hardpoints, and other river training structures in the Mississippi River between River Miles 954.0 to 320.0 AHP within the boundaries of the Memphis and Vicksburg Districts. Additional work may include placement of stone fill and longitudinal peaked stone toe protection in specified areas such as dike fields, revetments, and other locations along top bank of the river and riprap bank paving to include bank clearing, grading and excavation. Individual Task Orders will be issued throughout the life of the contract designating the locations and types of work that will be performed. The required daily production rates will vary based on the size, scope, and complexity of the individual task orders issued as well as the method of stone placement. Generally the production rates used to determine the various methods of stone placement will be approximately as follows: 8,000 tons per day for quote mark drag-off quote mark placement; 3,000 tons per day for quote mark bailing quote mark placement; and 1,000 tons per day for placement involving hauling stone with trucks. Additionally, the average required daily production for bank paving placement will be approximately 2,000 tons per day. The contract work is performed during variable river stages and additional equipment may be needed to meet the required production rates. In addition, a sufficient number of towboats and supply barges will be required to meet daily production rates at any location between River Miles 954.0 to 320.0 AHP. The general types of equipment that will be required to complete the majority of stone placement work may include but are not limited to mechanical draglines mounted on floating plant similar to Bucyrus Erie 88B model, larger hydraulic excavators such as Caterpillar 385 or Liebherr 994 models, spud barges with adequate spud lengths for various placement depths, smaller hydraulic excavators for land-based work, off-road trucks, or other equipment as may be required for accomplishing the work. The contract period of performance is for a base and four (4) option years. The total contract capacity will not exceed $49 Million. The estimated minimum size of a task order is $ 1.5 Million. The estimated maximum size of a task order is $12 million with the average size task order being $ 4 Million. Firms must have ability to perform up to two task orders simultaneously. The duration or project completion requirements will be specified in each individual task order. The North American Industry Classification System (NACIS) code for this procurement is 237990 which has a small business size standard of $36.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about November 1, 2016, and the estimated proposal due date will be on or about December 6, 2016. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in responding to the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, and SDVOSB 5. Firm's Joint Ventures (existing), including Mentor/Protegee and teaming arrangement information is acceptable. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) 7. (a)Will consolidating Mississippi River Structures at Various Locations under a Multiple Award Task Order Contract (MATOC) for a base year with four option years impact your ability to compete for this requirement? (b) What negative impacts, if any, will your firm experienced as a result of the consolidations of specific requirements? (c) Will consolidating this requirement impact your ability to participate in this type requirement within the Mississippi Valley Division? All responses will be reviewed for preliminary planning purposes in determining future acquisition strategy. Interested Firm's shall respond to this Sources Sought Synopsis no later than 12:00PM CST, September 28, 2016. All interested firms must be registered in the System for Award Management (SAM), including the NAICS code they are offering under, to be eligible for award of a Government contract. To register, the SAM Internet address is: http://www.sam.gov. For additional information regarding this solicitation please contact Thomas Mercer at (901) 544-3375. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-16-S-0007/listing.html)
 
Place of Performance
Address: Mississippi River between River Miles 954.0 to 320.0 AHP, Memphis, Tennessee, 38103, United States
Zip Code: 38103
 
Record
SN04271257-W 20160916/160914235055-f295a0d1e72a0d2d666744af9f175994 (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.