SOURCES SOUGHT
Z -- Foster Fish Weir Follow-On
- Notice Date
- 4/20/2020 2:57:41 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
- ZIP Code
- 97204-3495
- Solicitation Number
- W9127N20B0024
- Response Due
- 5/8/2020 2:00:00 PM
- Archive Date
- 05/23/2020
- Point of Contact
- Charles Boswell, Phone: 5038084609, Ryan S. Shoemaker
- E-Mail Address
-
charles.m.boswell@usace.army.mil, ryan.s.shoemaker2@usace.army.mil
(charles.m.boswell@usace.army.mil, ryan.s.shoemaker2@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) is anticipating soliciting a requirement for the Foster Fish Weir Follow-On. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business (SB), Small Disadvantaged (SDB), including 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). 3. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through references, project lists, or reports, they possess experience as it relates to this project. A maximum of two projects will be accepted for review. The response should demonstrate the contractor�s experience applying epoxy coating to sloped surfaces, in particular concrete, and fabrication/installation of stainless steel plating systems to sloped surfaces. Note: The Government may consider the relevant past experience and past performance of key individuals and predecessor companies in evaluating the company's past experience and past performance factors. North American Industrial Classification Code (NAICS): NAICS Code 237990, �Other Heavy and Civil Engineering Construction�. The related size standard is $39.5M. Federal Service Code: Z2KA, Repair or Alteration of Dams. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. Project Description: The U.S. Army Corps of Engineers, Portland District, has a requirement for the installation of an epoxy coating on a sloped concrete spillway surface and the fabrication and installation of a stainless steel armor plating system where indicated by contract drawings and specifications. Contract duration is estimated to be 180 calendar days after the contractor receives the Notice to Proceed. The estimated Magnitude of Construction for this project is between $250,000 and $500,000. 4. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N20B0024 Foster Fish Weir Follow-On. Please send to Charles Boswell, Contract Specialist, at charles.m.boswell@usace.army.mil by 2:00 pm Pacific Standard Time Thursday, 23 April 2020. All responses must be received by the specified time and due date to be reviewed. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. b. Firm's small business category and Business Size: Small Business (SB), Small Disadvantaged (SDB), including 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description. d. Provide a maximum of two examples of projects similar in size, scope and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction and the dollar value. The Government may verify information in CPARS or PPIRS. 5. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in Federal Business Opportunities. However, responses to this notice are not adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract. Contracting Office Address: Attn: CECT-NWP PO Box 2946 Portland, Oregon 97208-2946 United States Place of Performance: Foster Dam Foster, OR 97345 Primary Point of Contact.: Charles Boswell Charles.M.Boswell@usace.army.mil Phone: 503-808-4609
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a7ec506081d64676951e2855f2a80034/view)
- Place of Performance
- Address: Foster, OR 97345, USA
- Zip Code: 97345
- Country: USA
- Zip Code: 97345
- Record
- SN05626978-F 20200422/200420230148 (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 |