SOURCES SOUGHT
Z -- MARION RESERVOIR, KS – REPAIR/REPLACE SPILLWAY BRIDGE BOX GIRDERS
- Notice Date
- 12/1/2016
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-17-R-0008
- Point of Contact
- Nathan Kloeckler, Phone: 9186697657, Diane Cianci,
- E-Mail Address
-
Nathan.R.Kloeckler@usace.army.mil, Diane.Cianci@usace.army.mil
(Nathan.R.Kloeckler@usace.army.mil, Diane.Cianci@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For MARION RESERVOIR, KS - REPAIR/REPLACE SPILLWAY BRIDGE BOX GIRDERS This is a SOURCES SOUGHT announcement; a market survey 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. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award a Repair/Replace Spillway Bridge Box Girders project. Proposed project will be a competitive, firm-fixed price, design/bid/build, indefinite, delivery-indefinite quantity contract procured in accordance with FAR 15, Negotiated Procurement (Best Value vs LPTA is yet to be determined) The type of set-aside decision to be issued will depend upon the capabilities of the responses 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), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing this project. Project is located at Marion Reservoir. Marion Reservoir is located on the Cottonwood River, a tributary of the Grand (Neosho) River, at river mile 126.7, 3 miles northwest of Marion in Marion County, Kansas and 46 miles north-east of Wichita, Kansas. This will be a total turnkey contract with all work being performed by the Contractor. The Contractor shall provide all materials, equipment, labor, instruments, tools, subcontractors, supervision, and management to complete all work required by this contract. The scope of work in general includes, but is not necessarily limited to, the following: a. Provide traffic control. b. Maintain access and function of all spillway gate operating equipment throughout duration of contract. c. Replace electrical lines and panel box for spillway operating equipment. d. Demolish existing 3-span (approx. 150-ft total length) pre-tensioned concrete box girder bridge. e. Modify existing substructure. Complex and precise demolition required, use of impact demolition heavily restricted or not allowed. f. Initial, intermediate, and final surveys required. g. Repair existing pier cracks/spalls. h. Replace bridge with pre-tensioned concrete girders and slab; Requirement: PCI Certified B4 plant. i. Replace bridge appurtenances. j. Licensed Professional Engineer to provide crane placement plan(s), address critical lifts, perform evaluation of construction loads by equipment and storage of materials during construction, etc. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000 The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36.5M. 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 second quarter FY17, and the estimated proposal due date will be on or about TBD. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. 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 bidding on 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, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than [time] [date]. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to [name of contract specialist], [District, including address and fax number], [Email address]. [EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.]
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-17-R-0008/listing.html)
- Place of Performance
- Address: Marion Reservoir, KS, Marion, Kansas, United States
- Record
- SN04340167-W 20161203/161201234110-274642d14e147326572d949ae2619db7 (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 |