SOURCES SOUGHT
Z -- Repair Base Wide Storm Sewers
- Notice Date
- 3/13/2018
- 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
- W91236-18-B-0017
- Archive Date
- 4/15/2018
- Point of Contact
- Temekka S. Ellis, Phone: 757-201-7035
- E-Mail Address
-
temekka.s.ellis@usace.army.mil
(temekka.s.ellis@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. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this sources sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this sources sought 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 temekka.s.ellis@usace.army.mil no later than 4:00 PM EST, 3 April 2018. 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 NAICS code applicable to this requirement is 237110, with a small business size standard of $36.5 million. 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 offpeak 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. It is anticipated that the Government will solicit as an Invitation for Bid (IFB) and 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 subcontractor 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. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. This Sources Sought announcement is not a request for competitive proposals. Since this is a Sources Sought announcement only, no evaluation letters and/or results will be issued to the respondents. No solicitation exists and solicitation requests will not be acknowledged. USACE is not seeking or accepting unsolicited proposals, and USACE will not accept telephone inquiries. All questions and correspondence shall be directed via email to Temekka Ellis at temekka.s.ellis@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. Submit response via email to Temekka Ellis at temekka.s.ellis@usace.army.mil with subject including the Source Sought No. W91236-18-B-0017. Capability package must be submitted no later than on or before 4:00 PM EST, Tuesday, April 3, 2018. Limit capability briefing package to 10 pages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0017/listing.html)
- Place of Performance
- Address: DLA Richmond, Richmond, Virginia, 23297, United States
- Zip Code: 23297
- Zip Code: 23297
- Record
- SN04853335-W 20180315/180313231918-7260e826787dfed587edb187d369ee03 (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 |