SOURCES SOUGHT
Y -- Jack C. Montgomery VA Medical Center Lower Hillside Stabilization
- Notice Date
- 2/10/2020 12:24:33 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV20R0023
- Response Due
- 2/24/2020 12:00:00 PM
- Archive Date
- 03/10/2020
- Point of Contact
- Shawn Brady, Phone: 9186697670, Rudolfo Morales, Phone: 9186697275, Fax: 9186697436
- E-Mail Address
-
shawn.brady@usace.army.mil, rudolfo.j.morales@usace.army.mil
(shawn.brady@usace.army.mil, rudolfo.j.morales@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS:� �For Jack C. Montgomery VA Medical Center Lower Hillside Stabilization This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a VA Muskogee Lower Hillside.� Proposed project will be a competitive, firm-fixed price, design-bid-build contract procured in accordance with FAR Part 15, Negotiated Procurement using trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following Excavation of the lower hillside site (approximately 1.5 acres) to remove unstable soil/construction debris material and create graded area for parking.� Construction of post-tensioned anchored wide-flange pile and lagging retaining wall (approximately 725 feet long with heights up to 40 feet) to stabilize soil upslope of excavated area.� Construction of approximately 500 linear feet of mechanically stabilized earth (MSE) retaining walls with heights from 2 to 15 feet.� Construction of upper and lower parking lots including paving and striping, concrete curbing, storm drainage structures.� Construction of concrete access stair structure (approximately 40 feet tall) from parking area to existing stairways and hospital, backfilled with expanded polystyrene (geofoam).� Installation of safety and security features to include: lighting, security cameras, gated access, fencing, and emergency call boxes.� Construction of paved access road (approximately 1500 feet long) to parking area from 48th Street access point. The road follows an undeveloped easement granted by the City of Muskogee.� Environmental protection measures, including turfing for erosion control The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39.5M.� In accordance with FAR 36.204, the cost magnitude of this contract is more than $10M. Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis.� However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about March 2020, and the estimated proposal due date will be on or about April 2020.� The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 24 February 2020.� All interested firms must be registered in SAM to be eligible for award of Government contracts.� Email your response to shawn.brady@usace.army.mil.� U.S. Army Corps of Engineers, Tulsa District Attention: Shawn Brady 2488 E. 81st Street Tulsa, Oklahoma 74137-4290 This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a VA Muskogee Lower Hillside.� Proposed project will be a competitive, firm-fixed price, design-bid-build contract procured in accordance with FAR Part 15, Negotiated Procurement using trade-off process. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the following Excavation of the lower hillside site (approximately 1.5 acres) to remove unstable soil/construction debris material and create graded area for parking.� Construction of post-tensioned anchored wide-flange pile and lagging retaining wall (approximately 725 feet long with heights up to 40 feet) to stabilize soil upslope of excavated area.� Construction of approximately 500 linear feet of mechanically stabilized earth (MSE) retaining walls with heights from 2 to 15 feet.� Construction of upper and lower parking lots including paving and striping, concrete curbing, storm drainage structures.� Construction of concrete access stair structure (approximately 40 feet tall) from parking area to existing stairways and hospital, backfilled with expanded polystyrene (geofoam).� Installation of safety and security features to include: lighting, security cameras, gated access, fencing, and emergency call boxes.� Construction of paved access road (approximately 1500 feet long) to parking area from 48th Street access point. The road follows an undeveloped easement granted by the City of Muskogee.� Environmental protection measures, including turfing for erosion control The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39.5M.� In accordance with FAR 36.204, the cost magnitude of this contract is more than $10M. Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis.� However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about March 2020, and the estimated proposal due date will be on or about April 2020.� The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): ����������� Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company � Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00PM (1400) CST, 24 February 2020.� All interested firms must be registered in SAM to be eligible for award of Government contracts.� Email your response to shawn.brady@usace.army.mil.� � U.S. Army Corps of Engineers, Tulsa District Attention: Shawn Brady 2488 E. 81st Street Tulsa, Oklahoma 74137-4290
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/814dd3e0df00476bad0cb25ed3190fc5/view)
- Place of Performance
- Address: Muskogee, OK, USA
- Country: USA
- Country: USA
- Record
- SN05556182-F 20200212/200210230151 (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 |