Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2018 FBO #5970
SOURCES SOUGHT

Y -- Poplar Island Expansion, Lateral Contract 3, Talbot County, MD - FIGURE 1

Notice Date
3/27/2018
 
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, Baltimore, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
 
ZIP Code
21201
 
Solicitation Number
W912DR1800005
 
Archive Date
4/26/2018
 
Point of Contact
Patricia Morrow, Phone: 4109623463, Ashley M. Williams, Phone: 4109623557
 
E-Mail Address
Patricia.L.Morrow@usace.army.mil, ashley.williams@usace.army.mil
(Patricia.L.Morrow@usace.army.mil, ashley.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FIGURE 1 POPLAR ISLAND EXPANSION CONTRACT 3 Title: Poplar Island Expansion, Lateral Contract 3, Talbot County, MD W912DR1800005 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL AND LARGE BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of POPLAR ISLAND EXPANSION, LATERAL CONTRACT 3, TALBOT COUNTY, MD. By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the Government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will in part depend upon the capabilities of the responses to this notice. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36,500,000.00. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. PROJECT DESCRIPTION: The Government intends to solicit an Invitation for Bid (IFB) for a Design-Bid-Build Construction Contract to continue construction on the lateral expansion of Poplar Island. Poplar Island is located in the Chesapeake Bay between Jefferson and Coaches Islands, and is approximately 20 minutes (by boat) northwest of Tilghman Island. All expansion construction work will take place in open water off the north end of existing Poplar Island (see shaded areas of the attached Figure 1). The Magnitude of Construction is between $25,000,000.00 and $100,000,000.00. The Construction duration is approximately 600 calendar days. Lateral Contract 3 work consists of dike construction, 25' Spillway with foundation and 36" HDPE pipes, dredging sandy material within a mile of the project area. Dike construction of upland cell 11 will be accomplished by mechanical placement using material from designated stockpile areas. Work includes: 1. Placement of: a. Sandy material in 3' to 12' of water. b. Armor stone. c. Underlayer stone. d. Quarry run stone. e. Other smaller various stone sizes. f. Geotextile fabric. g. Seeding. h. Spillway #2 removal (Steel, Plastic and concrete). i. Rock reef structures - Large armor stone placed in 10' to 12'of water). j. Erosion and sediment controls. 2. The contractor must supply all necessary utilities, transportation and sediment and erosion controls to construct this project. Prior Government contract work is not required for submitting a response to this sources sought synopsis. Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. 3. In consideration of NAICS code 237990, with a small business size standard in dollars of $36.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. If your company is large, indicate that the company is capable of adhering to a Small Business Subcontracting Plan wherein at least 50% of the subcontracting dollars can be performed by a small business. 7. Provide at least one (1) example of a project similar to scope described above that was greater than $20 million in magnitude. Include point of contact information for the examples provided in order for the Government to verify the past performance on indicated projects. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 8. Total submittal shall be no longer than ten (10) pages in one (1).pdf file double sided pages will count as two (2) separate pages Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) April 11, 2018. All responses under this Sources Sought Notice must be emailed to, Patricia Morrow, Contract Specialist - Patricia.L.Morrow@usace.army.mil and Vincent Gier, Contract Specialist - Vincent.J.Gier@usace.army.mil referencing the sources sought notice number W912DR1800005. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Patricia Morrow via email - Patricia.L.Morrow@usace.army.mil and Vincent Gier via Vincent.J.Gier@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR1800005/listing.html)
 
Place of Performance
Address: POPLAR ISLAND, TALBOT COUNTY, Maryland, United States
 
Record
SN04868008-W 20180329/180327231312-80db19186cf82c289ab12bd361227bfd (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.