Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2017 FBO #5525
SOURCES SOUGHT

Z -- Repair Base Wide Storm Sewers

Notice Date
1/6/2017
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-17-R-0013
 
Archive Date
2/4/2017
 
Point of Contact
Jaime C. Scott Howard, Phone: 7572017158, Sandra Kharan, Phone: 7572017643
 
E-Mail Address
jaime.c.scott@usace.army.mil, sandra.a.kharan@usace.army.mil
(jaime.c.scott@usace.army.mil, sandra.a.kharan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice only; it is not a request for competitive proposals. There are no solicitations, specifications, and/or drawings available at this time. This Sources Sought Notice is for informational purposes only to determine the interest, and availability, of potential qualified contractors. This information will be utilized for market research. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NACIS CODE. Responses are to be sent via email to jaime.c.scott@usace.army.mil no later than 12:00 pm, 20 January 2017. The Norfolk District, Corps of Engineers is conducting market research to identify potential sources for Repair Base Wide Storm Sewers projects at DLA / DSCR, Richmond VA. The project includes repairs to the base wide storm sewers. Clean out and repair existing pipes, box culverts, drainage structures, grates and manholes, frames, and covers, conduct point repair, grout repair or abandonment, replacement, lining, raising, lowering, grading/site and pavement work to improve storm sewer system and surface drainage. The complete scope of work magnitude of construction is between $10M and $25M. The anticipated period of performance is 900 calendar days. Sources sought respondents can reasonably anticipate portions of the scope requiring performance during off-peak night and/or weekend hours. a. Weekend work is allowed due to inaccessibility with range control at times and to expedite duration of disturbance. No holiday work. b. Coordinate construction timing with training schedules. Sources sought anticipate the need of a laydown area for each project location. The projects are dispersed within DLA / DSCR and such areas should be available. The contractor should demonstrate knowledge of, experience in, and ability to successfully execute per the following: a. Must have culvert installation and storm sewer installation and repair experience. b. Example projects should reflect experience applying for and obtaining environmental permits. c. Familiarity with coffer dams & active stream flow rerouting. Responses to this sources sought announcement will be used by the Government for market research purposes. All interested capable, qualified and responsive contractors are encouraged to reply to this sources sought announcement. It is anticipated that the Government will issue a firm fixed price contract. Interested contractors must furnish the following information: General Information: 1. Company name, address, phone number and point of contact. 2. Indicate business size in relation to the NAICS code 237110. Provide your company's Cage Code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other than small business. Contractors must be registered in the System for Award Management (SAM) at the time of contract award. Please see www.sam.gov for additional registration information. 3. Provide a narrative indicating the primary nature of your business. Narratives shall be no longer than five (5) pages demonstrating experience in a similar type of work as described, at similar contract values. 4. Provide two (2) examples of successful projects similar to requirements described in the project description above, within the past five (5) years. Please demonstrate five continuous years of successfully accomplishing this type of work at the similar contract value, in a similar type of location. If specialty sub-contractor is used the sub-contractor shall also provide examples and experience. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. This sources sought is not to be construed as a commitment by the Government, nor will the Government make reimbursement for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. Contractual and technical questions should be sent to Mrs. Jaime Scott Howard, jaime.c.scott@usace.army.mil or Ms. Sandra Kharan, sandra.a.kharan@usace.army.mil. All responses to this announcement may be sent electronically to jaime.c.scott@usace.army.mil no later than 12:00p.m., 20 January 2017. If you are unable to send the information via email, you may mail it to the address below. All mailed documents must include a return address on the outside of the envelope to be accepted. US ARMY CORPS OF ENGINEERS NORFOLK DISTRICT ATTN: MRS. JAIME C. SCOTT HOWARD 803 FRONT STREET NORFOLK, VA 23510-1011 Contracting Office Address: USACE Norfolk District 803 Front Street Norfolk, VA 23510-1011 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-17-R-0013/listing.html)
 
Place of Performance
Address: Defense Supply Center Richmond (DSCR), Chesterfield, Virginia, United States
 
Record
SN04365900-W 20170108/170106234349-d974f06035da8afd42405f2446123c3f (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.