Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2020 SAM #6653
SOURCES SOUGHT

Y -- John H. Kerr Dam and Reservoir Right Wing Dike Toe Drain Replacements

Notice Date
2/14/2020 12:45:32 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403 USA
 
ZIP Code
28403
 
Solicitation Number
SS-JHK-SAW-01
 
Response Due
2/26/2020 8:00:00 AM
 
Archive Date
03/15/2020
 
Point of Contact
Alicia Evans, Phone: 9102514785, Karri Mares, Phone: 9102514863
 
E-Mail Address
alicia.evans@usace.army.mil, Karri.L.Mares@usace.army.mil
(alicia.evans@usace.army.mil, Karri.L.Mares@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE FOR John H. Kerr Dam and Reservoir Right Wing Dike Toe Drain Replacements This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is seeking information regarding the capability and availability of qualified contractors to provide the John H. Kerr Dam and Reservoir Right Wing Dike Toe Drain Replacements in Mecklenburg County, Virginia. Government is requesting information from interested and capable sources for the purpose of identifying sources that can meet the Government's requirement and help determine how to issue the solicitation. The information provided must contain enough detail to demonstrate ability to meet the Government's requirement as described in the Project Information listed below. It is the intent of the Government to solicit and award as a firm fixed priced contract and will be procured in accordance with the FAR, DFARS, AFARS, and USACE Acquisition Instructions. The responses are for informational purposes only and do no obligate the Government or Contractor in any way. Work to be accomplished under the upcoming construction requirement includes: -The installation of new drain systems in two areas along the toe of the John H. Kerr Dam Right Wing Dike. -The abandonment and grouting of six sections to the existing Corrugated Metal Pipe (CMP) toe drain pipe. -The repair to one section of the toe drain outfall pipe that has punctured or severely deformed. -The cleaning out of the existing toe drain system, including the existing pipe, manholes and a video inspection of the existing toe drain system. The magnitude of construction for this project will be between $5,000,000.00 and $10,000,000.00. All interested firms with 237990 as an approved NAICs code have until 26 February 2020 at 1100 AM to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM Record to included DUNS Number and CAGE Code - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business.� Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity. - Technical Capability - Offeror shall provide a capabilities statement and documentation supporting personnel qualifications to demonstrate technical capabilities in performing the work in accordance with the specifications of this requirement. �If significant subcontracting or teaming is anticipated in order to deliver technical capability, offeror shall address the administrative and management structure of such arrangements. - Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years.� To be technically acceptable, the submitting offeror must submit relevant and current past performance as described in this combined synopsis/solicitation.� The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.� Projects greater than $150,000 in value, involving toe drain construction, heavy and civil engineering construction projects similar to this requirement will be considered relevant past performance. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Karri Mares and Alicia Evans E-mail: �karri.l.mares@usace.army.mil and alicia.g.evans@usace.army.mil The email should be titled:� JHK Toe Drain Sources Sought Response Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9459476b3b1247929393fc51378e2d33/view)
 
Record
SN05563247-F 20200216/200214230151 (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 |
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.