SOURCES SOUGHT
Z -- Repair Big Piney Intake Weir
- Notice Date
- 2/7/2020 12:13:08 PM
- Notice Type
- Sources Sought
- Contracting Office
- W071 ENDIST KANSAS CITY KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- PANNWD20P0000-000385
- Response Due
- 2/21/2020 11:00:00 AM
- Archive Date
- 03/07/2020
- Point of Contact
- Rodney A. Morris, Phone: 8163893730, Misty L. Weinhold, Phone: 8163893368
- E-Mail Address
-
rodney.a.morris@usace.army.mil, misty.l.weinhold@usace.army.mil
(rodney.a.morris@usace.army.mil, misty.l.weinhold@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers, Kansas City District intends to solicit and award a Contract for Repair of the Water Intake Weir at Big Piney on Fort Leonard Wood in Missouri. The Government proposes to issue a firm fixed price type contract award for this Design Bid Build Construction Contract. THIS SOURCES SOUGHT NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT, NOR DOES IT OBLIGATE THE GOVERNMENT TO PRODUCE A SOLICITATION IN THE FUTURE. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS. The purpose of this Sources Sought Notice is to obtain insight into the interest, capabilities and qualifications of small business firms to perform Water Intake Repairs of this complexity and magnitude and to determine if there is adequate competition to compete and successfully perform. The anticipated period of performance is a 365 days from Notice to Proceed. This is a high visibility action with immediate need. The anticipated award date is 30 August 2020. The scope of the requirements includes construction of a repair or replacement weir for the existing water intake weir in the Big Piney River with a service life of 10 years. Weir repair or replacement will be designed to maintain the current water pool requirements for the water intake. Construction of the weir repair or replacement must be within the current environmental permitting, Nationwide Permit 3, for the existing weir. An aquatic organism passage will be included as part of the weir design per environmental requirements, Section 7 Consultation, Fish and Wildlife Coordination Act. The existing canoe portage path is to be replaced as needed to install the new weir and aquatic organism bypass. Background: The original weir for the water intake was constructed in the early 1940s, the design drawing is dated September 1942. Historical images from the bridge construction downstream of the weir in 1957 show the weir in the background. From these images it looks like the original weir was replaced with a rock covered earthen berm. It is possible that they just added soil and rock onto the original concrete weir, but we assumed a worse case of the original weir being removed or washed out. In 1986 the weir was raised and repaired. The raise consisted of placing additional soil and rock fill on the existing earthen berm then placing gabion baskets and a concrete cap. The bank slopes also had gabion basket protection placed on them when the weir was raised. Fish passage was one of the concerns listed in the 1986 404 permit, but they were not able to incorporate a fish passage into the weir repair. The water intake weir has deteriorated since the 1986 repair. The concrete cap has several large cracks in the surface, the gabion baskets below the cap can be seen in locations, and some pieces of the downstream edge of the concrete weir cap have broken off. The gabion baskets have also deteriorated, many are missing rock material or have broken open. During boring it was observed that there are large voids under the concrete cap and water was flowing through the weir. ACQUISITION STRATEGY The Government anticipates a firm fixed priced single award for Design Bid Build Construction to be completed within 365 days from Notice to Proceed.� The magnitude of this project is between $1,000,000 and $5,000,000.� The applicable North American Industrial Classification System (NAICS) codes and applicable size standards include but are not limited to: Other Heavy and Civil Engineering Construction 237990, $39.5M. Prior experience with construction of projects with similar scope and magnitude is required. You are invited to respond to this sources sought notification, with your response to include the following information: COVER LETTER: Business name, address, CAGE code and DUNS number; and Point of Contact including name, phone number and email address responsible for submission; Company Website Company size (Small or Large), in accordance with the North American Industry Classification System (NAICS) code 237990. If a Small Business, specify if your company is any of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUB Zone Small Business; (c) 8(a) Small Business concern; or (d) Woman-Owned Small Business. Assertion of Contractors interest in bidding on the solicitation when it is issued. SOURCES SOUGHT QUESTIONS: 1. Demonstration of past performance on a minimum of (2) two projects with construction in a navigable waterway within the last (7) seven years. � 2. Demonstration of past performance on a minimum of (2) two projects with placement of concrete in or immediately adjacent to a navigable waterway within the last (7) seven years. � 3. Demonstration of past performance on a minimum of (1) one project subject to Nationwide Permit 3 compliance within the last (7) seven years.� Each of these projects shall be supported by including as much of the following information as possible:� (a) dollar amount of the contract; (b) brief description of the technical requirements of that project; (c) a description of the work that was performed and whether it was self-performed or performed by a subcontractor; if performed by a subcontractor, identify subcontractor; (d) indication of how long the services took to complete from start to finish; (e) name, address, point of contact and phone number of customer organization for which the work was done. Contractor may submit examples of work done by a subcontractor, if that subcontractor intends to enter into a letter of commitment with the contractor. 4. Firm's Joint Venture information, if applicable - existing and potential. 5. Contractor's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) The response must be specific to the qualifications listed above to show that the respondent is qualified and possesses the necessary skills, experience and capabilities to successfully perform.� If a response does not clearly demonstrate that the respondent meets the qualifications, possess the necessary skills, experience and capability the response will not be considered as confirmed capability for the purposes of market research which will be used to support procurement planning initiatives. Please respond by February 21, 2020 at 1:00 pm local time, with response limited to five (5) pages.� Send your response to Rodney A. Morris rodney.a.morris@usace.army.mil and Misty L. Weinhold @ misty.l.weinhold@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c48a9f8461db4eb290085637057967e9/view)
- Place of Performance
- Address: Fort Leonard Wood, MO 65473, USA
- Zip Code: 65473
- Country: USA
- Zip Code: 65473
- Record
- SN05555016-F 20200209/200210120633 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |