SOURCES SOUGHT
Y -- Lock and Dam 52 Removal
- Notice Date
- 4/24/2018
- 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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR-LD52-DEMOLITION
- Archive Date
- 5/24/2018
- Point of Contact
- Monique Jordan, Phone: 5023156207
- E-Mail Address
-
monique.e.jordan@usace.army.mil
(monique.e.jordan@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project 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 the removal of a lock and dam on the Ohio River near Brookport, IL. This involves removal of 50,000 CY of concrete, 110,000 LF of cellular/sheet piling, more than 500 wickets, four miter gates, three bear traps, 40,000 CY excavation, 30,000 CY stone placement, and electrical and mechanical system removal. A significant amount of the work will be below water or partially below water on old deteriorated structures. Contract duration is estimated at 780 calendar days. The estimated cost range is between $25,000,000 and $100,000,000. NAICS code is 237990 (Size Standard: $33.5 million). 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 May 09 2018 by 1:00 PM Eastern Standard 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 construction 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 size and scope to this project include: A river demolition project involving removal of 25,000 CY of concrete, 55,000 LF of cellular/sheet piling, 20,000 CY excavation, 15,000 CY stone placement, and critical crane lifts from the water. b. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction 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 general construction-type 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 Monique.E.Jordan@usace.army.mil. If you have questions please contact Monique.E.Jordan@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-LD52-DEMOLITION/listing.html)
- Place of Performance
- Address: Ohio River near Brookport, IL., Brookport, Illinois, United States
- Record
- SN04899128-W 20180426/180424230459-51265de23c064a139e5f4517d426cd92 (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 |