Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2018 FBO #5976
SOURCES SOUGHT

R -- JE Roush Lake Dam Traffic Control Services BPA

Notice Date
4/2/2018
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-TrafficControlRoushLake
 
Archive Date
5/10/2018
 
Point of Contact
Glenn W. Moon, Phone: 5023156177
 
E-Mail Address
glenn.w.moon@usace.army.mil
(glenn.w.moon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to establish a Blanket Purchase Agreement competed between multiple small business firms and set this aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is: Provide traffic control services, including all labor, materials, supplies, and required permits, to implement periods, on an as need basis, of partial lane, and full road closure of IN State Road 5; for the purpose of enabling maintenance of the J. Edward Roush Lake Dam. 1) Contractor shall supply documentation needed to obtain approved permit through INDOT District Office prior to establishing any traffic control event for a single lane closure. Single lane closure event is based on one (1) 8-hour day of work on site. 2) Contractor shall supply documentation needed to obtain approved permit through INDOT District Office prior to any traffic control event for a full road closure. Full road closure typical scenario: Day 1 - afternoon set up full road closure, including detour route signage, approach signage, barricades, and all INDOT requirements to affect full road closure; Day 2 and Day 3 - road closure remains in place; Day 3 - morning take-down of all signage and barricades to effectively reopen road to normal traffic, and complete INDOT requirements. Full road closure detour route: Northbound traffic on IN Hwy 5 - divert to east on Hwy 124, north on Interstate 69, west on Hwy 224 to intersection of Hwy 5; Southbound traffic on IN Hwy 5 - divert to east on Hwy 224, south on Interstate 69, west on Hwy 124 to intersection of Hwy 5. Contractor shall provide all necessary safety equipment including personal protective equipment as required by the US Army Corps of Engineers Safety and Health Requirements Manual, EM385-1-1, 30-Nov-2014. Contractor shall comply with all Federal, state, and local laws governing these services. Contract duration is estimated at 365 calendar days. The estimated cost range per event is between $500.00 and $8,000.00. NAICS code is 561990. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 04-25-2018 by 10:00 a.m. Eastern Daylight Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Traffic control on 2-way traffic roads normally supporting speed limits greater than 50 mph for both partial and full road closures implemented successfully for periods of one to three days or more. b. Projects similar in size to this project include: Traffic control on state-owned two-way traffic roads requiring a permit and other requirements equivalent to Indiana Department of Transportation's requirements, for both partial and full road closures implemented for periods of one to three days or more. c. Based on the information above, for each project submitted, include: 1. Current percentage of project complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The percentage of work that was self-performed as project and/or management services or type of work. 5. Identify the number if any, of subcontractors by trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for the procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Glenn Moon at Glenn.W.Moon@usace.army.mil. If you have questions please contact Glenn Moon at Glenn.W.Moon@usace.army.mil.This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-TrafficControlRoushLake/listing.html)
 
Place of Performance
Address: Lake Dam, Huntington, Indiana, 46750, United States
Zip Code: 46750
 
Record
SN04874932-W 20180404/180402231021-324f395d6651fa3407b645b9202f2aa2 (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.