Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2018 FBO #5964
SOURCES SOUGHT

38 -- C & G Intersection Upgrades DSCR Richmond, VA

Notice Date
3/21/2018
 
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, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-18-B-0019
 
Archive Date
4/19/2018
 
Point of Contact
Kevin E. Comegys, Phone: 7572017310, Joy M. Wright, Phone: 7572017145
 
E-Mail Address
kevin.e.comegys@usace.army.mil, joy.m.wright@usace.army.mil
(kevin.e.comegys@usace.army.mil, joy.m.wright@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT NOTICE FOR SOLICITATION W91236-18-B-0019 FOR FY16 C&G INTERSECTION UPGRADES (CONSTRUCTION) at DEFENSE SUPPLY CENTER RICHMOND, VIRGINIA (DSCR). This announcement seeking Small Business responses in order to determine if a sufficient number of certified small business concerns with the required capabilities and financial resources exist to warrant issuance of a solicitation for this requirement under small business set aside procedures (FAR Part 19). Defense Supply Center Richmond intends to construct a roundabout, continuous flow intersection for Road C and Road G located on DSCR Richmond, VA 23297. The U.S. Army Corps of Engineers (USACE) Norfolk, VA District is seeking a business capable of constructing a roundabout, continuous flow intersection for Road C and Road G. Work includes grading, asphalt, curbs and gutters, sidewalks, signs, pavement markings. Site preparation includes removal of the existing connector road, a new dedicated right turn lane leading from Gate 81, pavement rehabilitation of portions of Road C and Road G, and a reconstructed connector road with dedicated left and right turns in each direction. Excavation and demolition of portions of Road C and Road G not incorporated into the design. Work includes demolition of asphalt, pavement, sidewalks, overhead utilities, and the existing storm system as necessary. Relocate existing overhead power lines and utilities, as required, to accommodate new intersection. Existing overhead utilities shall be relocated to below grade. Work includes sanitary sewer installation and removal of utility poles and digital message sign. Relocate ground water well monitoring station. Provide Low Impact Development (LID) in the construction of this property to comply with UFC 3-210-10. Work includes storm sewer and Best Management Practices (BMP). Provide concrete curbs along the central and approach islands. The Contracting Officer has classified this requirement as Highway, Street, and Bridge Construction, North American Industry Classification System (NAICS) code 237310. The small business size standard is $36.5 million. The magnitude of this requirement is estimated to be between $500,000 and $1,000,000.00. The Sources sought response should demonstrate knowledge of, experience in, and ability to successfully execute per the following: a. Must have Road and Intersection experience b. Must have grading, asphalt, curbs and gutters, sidewalk, signs, pavement markings experience. c. Familiar with storm sewer. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified I this survey. Response Requirements: Market Survey Forms-submissions for market research consideration purposes will only be allowed VIA EMAIL to Mr. Kevin Comegys at kevin.e.comegys@usace.army.mil. Submissions will be limited to eight (8) pages and shall include a Capabilities Statement with the following: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses; 2. Offeror's business size to include each designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Large Business Concerns. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 3. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Provide a narrative indicating the primary nature of your business. Narratives shall be no longer then five (5) pages demonstrating experience in a similar type of work as described, at similar contract values, and in a similar locations. 5. Description of Experience - Provide two (2) to three (3) 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 a specialty sub-contractor is used, the sub-contractor shall also provide work examples and experience. All submitters shall include point of contact information for work examples provided, and past performance in the projects, so that verification can take place. Submitters with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 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. DSCR is not seeking or accepting unsolicited proposals, and DSCR will not accept telephone inquiries. All questions and correspondence shall be directed VIA EMAIL only to Mr. Kevin Comegys at kevin.e.comegys@usace.army.mil. No reimbursement will be made to any costs associated with providing information in response to this announcement. Instructions to Interested Parties: Completed market survey forms shall be submitted by e-mail to kevin.e.comegys@usace.army.mil on or before 12:00 PM EST, Wednesday, April 4th, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-0019/listing.html)
 
Place of Performance
Address: Defense Supply Center, Richmond, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN04862510-W 20180323/180321231351-4958fae0780fafefdc556d0b66b03331 (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.