SOURCES SOUGHT
Y -- Canyon Lake Bridge Center Pier Repair - Draft SOW
- Notice Date
- 10/12/2017
- 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, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G18R0015
- Point of Contact
- J. Scott Rinehart, Phone: (817) 886-1080, Amelia K. Bryant, Phone: 8178861045
- E-Mail Address
-
jason.s.rinehart@usace.army.mil, Amelia.K.Bryant@usace.army.mil
(jason.s.rinehart@usace.army.mil, Amelia.K.Bryant@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT SOW SOURCES SOUGHT SYNOPSIS For Canyon Lake Service Bridge Center Pier Repair Canyon Lake, TX This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth District (SWF) has been tasked to solicit for and award a project/procurement to include Repair and strengthen the reinforced concrete center pier of the Canyon Lake Service Bridge. Additionally, the sliding shoe bearings of the end pier shall be cleaned, lubricated, and verified operational. Proposed project will be a competitive, "C"-type contract. The type of solicitation to be issued will depend upon the responses to 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 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). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE 1. This project will be priced as lump sum. 2. A Draft Scope has been attached to this notification to provide some additional information regarding the work required. This Scope is NOT to be considered final and may change with the issuance of the formal solicitation. 2. This will be a Design-Bid-Build Project 3. The estimated magnitude of this project is between $500,000 and $1,000,000 4. NAICS Code: 237310 5. SB Size Standard: $36.5M 6. Bid Guarantees and Performance and Payment Bonds may be applicable 7. Statement - Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 01 November 2017, and the estimated proposal due date will be on or about 01 December 2017. 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 meet design personnel requirements 4. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute design and 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 5. Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or HBCI/MI 6. Firm's Joint Venture information if applicable - existing 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 1700hrs (Central) 30 October 2017. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Scott Rinehart at jason.s.rinehart@usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0015/listing.html)
- Place of Performance
- Address: 601 Corps of Engineers Road, Canyon Lake, Texas, 78133, United States
- Zip Code: 78133
- Zip Code: 78133
- Record
- SN04711748-W 20171014/171012230838-86aaaf128c073b4f63d4351d505a01db (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 |