SOURCES SOUGHT
Z -- Chesapeake City Bridge Repairs
- Notice Date
- 5/13/2020 1:20:30 PM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-Chesapeake-City-Bridge
- Response Due
- 5/28/2020 1:00:00 PM
- Archive Date
- 06/12/2020
- Point of Contact
- CHELEY AUGUSTE, Phone: 2156566771, Gregory C. Keaton, Phone: 2156563826
- E-Mail Address
-
Cheley.auguste@usace.army.mil, gregory.c.keaton@usace.army.mil
(Cheley.auguste@usace.army.mil, gregory.c.keaton@usace.army.mil)
- Description
- Contracts Branch (ca)� Action Code: Sources Sought � W912BU-Chesapeake City Bridge � Class Code: Z Subject: Market Research- Chesapeake City Bridge, Chesapeake City, DE. Solicitation No: W912BU- Chesapeake City Bridge. Set-Aside Code: N/A Response Date: 28 May 2020 4:00 p.m. EST Place of Performance: Chesapeake City Bridge, Chesapeake City, DE. Description of Work: This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. The Army Corps of Engineers, Philadelphia District, is interested in awarding (1) Firm Fixed Price Contract for the repair of the Chesapeake City Bridge in MD. The work consist of numerous structural steel repairs including deck joint seal replacements, finger joint trough replacements, concrete repairs, deck overlay and steel painting and traffic control. Description of Work: In addition of the above description, the project work will be for the Base Bid and two (2) options. Contract period of performance will be 365 calendar days. An Award for the Contract is anticipated on or about August 2020. Estimated cost range of the project is between $3.5M to $4M. Performance and Payment Bonds will be required for 100% of contract award. The NAICS Code for this project is 237310 Highway, Street and Bridge Construction and the small business size standard is $30.0 Million. Responses to this Sources Sought Announcement will be used by the Government to make appropriate acquisition decisions. Narratives are requested with the following information, which shall not exceed a total of eight (8) pages. Bidder�s name, address, points of contact with telephone numbers and e-mail addresses. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on first page of submission. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Bidder�s role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses should be sent to Cheley Auguste, at Cheley.auguste@usace.army.mil on or before 28 May, 2020 at 4:00 PM EST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/bb12db96fc744bc2ad8588f5fdda1877/view)
- Place of Performance
- Address: DE, USA
- Country: USA
- Country: USA
- Record
- SN05656817-F 20200515/200513230200 (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 |