SOURCES SOUGHT
Y -- Calumet Harbor & River Storage Facility
- Notice Date
- 12/12/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 231 South LaSalle Street, Suite 1500, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- W912P6-17-S-0002
- Archive Date
- 1/14/2017
- Point of Contact
- Megan R. Manis, Phone: 3128465494
- E-Mail Address
-
megan.r.manis@usace.army.mil
(megan.r.manis@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of capable firms that are engaged in providing the services hereunder for the Calumet Harbor & River Storage Building. The Calumet Harbor & River Storage Building is located on the southwest shore of Lake Michigan in Chicago, Illinois. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Quotes (RFQ), Request for Proposals (RFP), or an Invitation to Bid (IFB); it does not guarantee the future issue of a RFQ, RFP, or IFB; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals or bids. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property, and will not be returned. Not responding to this Notice does not preclude participation in any future RFQ, RFP, or IFB, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers, and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: The contract will consist of furnishing and constructing a fifty-foot (50-foot) wide, 80-foot long, 18.5-foot high (4,000 SF) prefabricated building. The demolition component will be contracted as an "Option" and includes demolition of existing boat shed/garage, including its foundation and blend of gravel and asphalt pavements, a 36-inch diameter tree, and electric-service pole that is within the footprint of the proposed building. As practicable, existing gravel and excavated materials (e.g., soil and gravel) to be stockpiled on site for future reuse by Ops personnel. Building elements, its foundation and asphalt pavement debris are to be disposed of off-site. PROJECT MAGNITUDE: The cost magnitude of this project is estimated between $500,000.00 and $1M. SCOPE OF CAPABILITIES: The USACE-Chicago District is searching for contractors that are capable of meeting all of the above requirements. REQUESTED INFORMATION: Since this notice is being used to assess the extent of Firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Is your company currently registered with the System for Award Management (SAM), formerly known as the Central Contractor's Registration (CCR) Database? If not, has it been registered or does it plan to register? 2. In consideration of NAICS code 236220, Commercial and Institutional Building Construction, with a small business size standard in dollars of $36.5M, which of the following small business categories is your business classified under, if any? Small Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 3. Is your company currently prohibited from doing business with the Federal Government? Yes/No (If yes, explain). 4. Is the potential offeror capable of obtaining performance and payment bonds for a project valued between $120K and $3M? 5. Is the potential offeror a small-business interested in performing as a subcontractor? 6. If the potential offeror is a LARGE business, is it capable of adhering to a Small Business Subcontracting Plan, where at least 50% of the work can be subcontracted to small businesses? 7. Does the potential offeror have experience in the work described for this project? If so, how many years? SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Megan Manis NLT 3:00 p.m. (CST) on 30 December 2016, via email to megan.r.manis@usace.army.mil. Please ensure the project Calumet Harbor & River Storage Building is included in the subject line of the email. Any electronic files CANNOT EXCEED this Agency's size limit of 20MB (includes email and attachments); files exceeding this size will be denied access to Ms. Manis' email box.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-17-S-0002/listing.html)
- Place of Performance
- Address: Chicago, Illinois, 60617, United States
- Zip Code: 60617
- Record
- SN04348770-W 20161214/161212233949-ec13709c8dc51c3592fbdf7028229322 (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 |