Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2018 FBO #5935
SOURCES SOUGHT

Z -- Various PL 84-99 Small Flood Control Projects

Notice Date
2/20/2018
 
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, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-18-S-0006
 
Point of Contact
Eugene Marshall Burns, Phone: 8433298194, Lisa S. Simmons, Phone: 8433298086
 
E-Mail Address
Eugene.Burns@usace.army.mil, lisa.s.simmons@usace.army.mil
(Eugene.Burns@usace.army.mil, lisa.s.simmons@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) W912HP-18-S-0006 Various PL 84-99 Small Flood Control Projects PURPOSE OF THIS ANNOUNCEMENT: This notice constitutes a SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI). This announcement seeks information from industry and will ONLY be used for preliminary planning and market research purposes. THIS IS NOT AN INVITATION FOR BIDS/ SOLICITATION NOTICE. No bids/proposals are being requested or accepted with this RFI. The purpose of this RFI is to determine interest and capability of potential qualified contractors relative to the North American Industry Classification code (NAICS) 237990, Other Heavy and Civil Engineering Construction. The Small Business size standard for this NAICS code is $36.5 million average annual revenue. The type of solicitation issued, type of Small Business Set-Aside (if any), the geographical coverage of the Specifications/Drawings and the manner of advertisement (sealed bidding, competitive or sole source) may depend on the responses to this RFI. If the Government does issue a solicitation as a result of this market research, it will be assigned the Procurement Identification Number W912HP-18-R-0006. U.S. Army Corps of Engineers (USACE), Charleston District has been tasked to solicit the interest of prospective offeror(s)/bidders to determine the availability of qualified contractors to compete under a potential IFB/solicitation resulting from this announcement. The purpose of this RFI is to gauge interest, capabilities and qualifications of potential bidders, to include both Small and Large Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. Responses to this synopsis will be used as a market research tool in order to determine acquisition strategy and how the upcoming solicitation will be advertised. BACKGROUND & SUMMARY OF REQUIREMENTS/DESCRIPTION OF PROJECT: Background: USACE Charleston District intends to issue a Solicitation for a Firm Fixed Price contract - Various PL 84-99 Small Flood Control Projects prior to May 1, 2018. Anticipated award is by Sept 30, 2018 and all work will be required to be complete by May 15, 2019. There will be no order of work or mandatory start date. Summary of Requirements/Description of Project: The scope of work being addressed in this RFI, for Various PL 84-99 Small Flood Control Projects includes the following: Description of Project: Kingstree Branch Project, Kingstree SC - Rehabilitation of the Kingstree Branch project in Kingstree, South Carolina is based on clearing of debris and reworking embankment slopes to the original pre-storm event configurations with newly placed compacted fill. The armored slopes damaged will require the placement of concrete filled articulating blocked filter fabric mats approximately 6" thick to stabilize these areas. Storm water protection shall be performed during the construction phases and the establishment of vegetative slope protection. Access roads will require minimal repairs to allow construction equipment and materials to be placed along embankments. No wetland mitigation work is anticipated. The project consists of placing 1002 CYs of embankment material along 627 linear feet (not entirely contiguous) of damaged earthen channel slopes and constructing 8500 SF of 6" thick concrete filled articulated block fabric formed embankment slope liner over the damaged hardened embankment structures. MAGNITUDE OF WORK: $300,000 to $400,000 Sawmill Branch Project, Summerville, SC - Rehabilitation of the Sawmill Branch project in Summerville, South Carolina is based on clearing of debris and reworking embankment slopes to the original pre-storm event configurations with newly placed compacted fill. Wetland mitigation impacts will be accessed and compliances made during construction. Storm water protection shall be performed during the construction phases and the establishment of vegetative slope protection. Access roads will require minimal repairs to allow construction equipment and materials to be placed along embankments. A re-evaluation of the embankment slope conditions of the project revealed no significant changes in shoreline ownership, use or public access. The project consists of placing 11,000 CYs of embankment material along 6,014 linear feet of damaged earthen channel slopes. MAGNITUDE OF WORK: $600,000 to $800,000. Turkey Creek Project, Sumter County, SC - Rehabilitation of the Turkey Creek project in Sumter, South Carolina is based on clearing of debris and reworking embankment slopes to the original pre-storm event configurations with newly placed compacted fill. HTRW impacts will be accessed and compliances made during construction. Storm water protection shall be performed during the construction phases and the establishment of vegetative slope protection. Access roads will require minimal repairs to allow construction equipment and materials to be placed along embankments. No wetland mitigation work is anticipated. The project consists of placing 6,455 CYs of embankment material along 2,087 linear feet of damaged earthen channel slopes. MAGNITUDE OF WORK: $400,000 to $500,000. REQUESTED INFORMATION FOR RESPONSES TO THIS SOURCES SOUGHT: (1) Your firm's intent to submit a proposal for this contract when it is formally advertised. (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number OR a copy of your entity record on SAM.gov. (4) A letter of current bonding capacity from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. (5) A Statement of Capability (SOC) stating your firm's skills, experience, and knowledge required to perform the specified type of work will be utilized as a market research tool in making decisions related to the solicitation of this contract. Specifically, the following information is requested: • Capability to execute clearing and repairing earthen embankments, including removal of existing material, slope preparation, placement and compaction. • Ability to handle and dispose of contaminated material. • Capability to place concrete filled articulating blocked filter fabric mats on vertical and inclined slopes. (6) Demonstrated Experience: Submit up to three (3) projects where you have demonstrated similar experience within the last ten years. Include the following: • Customer Name and contact information • Dollar value • Description of the requirement by identifying the capabilities and experience requested in paragraph five above. • Identify whether you were the prime, sub and/or whether you were a part of a Joint Venture. If you were a part of a joint venture or a sub, what role did you have with the project? • Timeliness of performance (7) Provide all current and planned projects over the next five (5) years, if applicable. Identify the timeline of these projects and available resources. NOTE: IF YOU DO NOT INTEND TO SUBMIT A BID/PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS RFI. WHEN / WHERE TO SUBMIT RESPONSES: Interested business concerns are requested to complete and return via email any responses to this RFI. Responses to this RFI shall NOT exceed fifteen (15) pages, and must be electronically submitted no later than 2:00 PM Eastern time Wednesday, March 07, 2018, to the attention of the Contract Specialist, Eugene Burns, at Eugene.Burns@usace.army.mil. To ensure your submission is received and processed appropriately, please subject your email "RFI RESPONSE: W912HP-18-S-0006 FIRM NAME HERE" Participation is voluntary; respondents will not be paid to participate. However, your participation in this market research endeavor is greatly appreciated and will be instrumental in assisting the USACE Charleston District in making the solicitation decision most appropriate for market conditions and to meet the Government requirements. NOTE: The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only. Interested parties providing information as part of this market research process are hereby advised that your information will NOT be used later as part of the evaluation process should you choose to submit a proposal in response to any solicitation that may result in the future. All information submitted under this RFI will be considered proprietary and will not be available for use outside of the Federal government. PLANNED SOLICITATION: Currently it is estimated that the formal solicitation could occur in the next 3 months. The Government's acquisition strategy is unknown. A Pre-Solicitation announcement will be issued no later than 15 days prior to the release of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eb0dfacc5bbcc068b5a5a7d2742fee18)
 
Place of Performance
Address: Various locations around South Carolina, United States
 
Record
SN04828172-W 20180222/180220231322-eb0dfacc5bbcc068b5a5a7d2742fee18 (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.