SOURCES SOUGHT
Z -- Guajataca Dam Risk Reduction Measures Phase II - Dam Reinforcement
- Notice Date
- 3/9/2018
- 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, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP18Z0007
- Archive Date
- 4/10/2018
- Point of Contact
- John Vohlken, Phone: 9042321884, Remi Eggers, Phone: 9042321139
- E-Mail Address
-
john.d.vohlken@usace.army.mil, Remi.J.Eggers@usace.army.mil
(john.d.vohlken@usace.army.mil, Remi.J.Eggers@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought/Request for Information-FY18 Guajataca Dam Risk Reduction Measures Phase II. This market survey is for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS OR INVITATION FOR BIDS. THERE WILL BE NO CONTRACT AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. The purpose of this announcement is to gain knowledge of interest, capabilities and qualifications of all firms interested in participating in the competition to compete and perform a firm-fixed price best-value construction contract. The Government will not pay for any information provided as a result of this market survey. The U.S. Army Corps of Engineers, Jacksonville District is planning to solicit/award a contract to experienced source(s) capable of civil construction on concrete flood control structures. Contractors would be required to furnish all plant, labor, materials, and equipment for performing the work. The work consists of backfilling and reinforcing the damaged concrete service spillway at the Guajataca Dam in Isabela and Quebradillas Municipalities, Puerto Rico. Civil construction work includes hauling and placement of approximately 50,000 cubic meters of rockfill and grouted rockfill, placement of reinforced concrete spillway slabs, construction of a concrete plunge pool to dissipate water energy, construction of 24 to 36 inch diameter drilled shafts to create a scour cutoff wall, and construction of a concrete weir wall. The estimated period of performance is approximately 14 months. All interested, capable, qualified and responsive contractors are encouraged to reply to this sources sought announcement. The Government is requesting interested contractors to furnish the following information: NOTE: DO NOT SUBMIT PROPRIETARY INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT (1) Company name, address, point of contact, telephone number, and e-mail address; (2) Socio-economic status (other than small business, small business, small disadvantaged business, women owned small business, HUBZone, service disabled veteran owned business, and 8(a). (3) State your firm's bonding capacity (individual and aggregate) as of the date of your response. All responses will be reviewed for preliminary planning purposes in determining future acquisition strategy. (4) Provide no more than five (5) references of recent and similar contracts performed within the last ten (10) years of work same/similar in nature. Similar projects include heavy civil construction projects using similar construction efforts. Include name, address, telephone number, and e-mail address of references. Also provide a brief description of the work performed, contract number, total contract value, and period of performance. (5) Your firms interest in this requirement if it is to be competed as an invitation for bid (IFB), best value request for proposal lowest price technically acceptable, and best value request for proposal trade off. Submission of information should be limited to not more than ten (10) pages. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $36.5 million. The total estimated value of this project is $25,000,000 to $50,000,000. Offerors must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to receive a Government contract award. To register, the SAM Internet address is: https://www.sam.gov. The U.S. Army Corps of Engineers, Jacksonville District will be the procuring office. All applicable information should be sent via e-mail to John Vohlken at john.d.vohlken@usace.army.mil and Remi Eggers at remi.j.eggers@usace.army.mil. The due date and time for responses to this announcement is 2:00 p.m. Local Time on March 26, 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP18Z0007/listing.html)
- Place of Performance
- Address: Isabela and Quebradillas Municipalities, Puerto Rico, United States
- Record
- SN04849476-W 20180311/180309231119-2207888b338fab1868bc313b384b4035 (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 |