SOURCES SOUGHT
Y -- Montgomery Lock Site Development, Montgomery Locks and Dam, Monaca, PA
- Notice Date
- 3/16/2022 5:44:33 AM
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- US ARMY ENGINEER DISTRICT PITTSBURG PITTSBURGH PA 15222-4198 USA
- ZIP Code
- 15222-4198
- Solicitation Number
- W911WN22SS8001
- Response Due
- 4/1/2022 10:00:00 AM
- Point of Contact
- Gregory Sies, Phone: 4123957278, Magdalena Bernard, Phone: 4123957504
- E-Mail Address
-
gregory.m.sies@usace.army.mil, magdalena.bernard@usace.army.mil
(gregory.m.sies@usace.army.mil, magdalena.bernard@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a SOURCES SOUGHT NOTICE only. This is not a Request for Proposal/Bid/Quotation and neither specifications, nor drawings are available at this time. This request does not obligate the Government in any contract award. The Government will not pay for the provision of any information, nor will it compensate any respondents for the development of such information. Do not submit cost proposals or cost information. Response to this notice is strictly voluntary and will not affect any firm�s ability to submit a proposal if and when a solicitation is issued. A market survey is being conducted in order to make acquisition decisions about this future project and to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8(a), Woman-Owned Small Business, or Service-Disabled Veteran Owned Small Business you are encouraged to respond. All responses from interested and capable sources submitted will be considered. Project Title: Montgomery Lock Site Development, Montgomery Locks and Dam, Monaca, PA Scope of the Proposed Acquisition:� The U.S. Army Corps of Engineers (USACE), Pittsburgh District is planning a construction project that consists of all related site work associated with the construction of a graded pad and access that would be available for use for future construction of a concrete batch plant and aggregate storage and preparation facilities associated with the future construction of the Montgomery Locks and Dam New River chamber, including but not limited to the following items:� Construct all related erosion and sedimentation controls (E&SC), stormwater management controls and drainage facilities,�� Perform all related clearing and grubbing, excavation, providing additional fill (if needed) to rough-grade the site,� Provide a compacted aggregate (gravel) final graded surface, including access driveway from an existing paved roadway (Montgomery Dam Road) and perform final grading of the site to the elevations required,� Provide retaining wall structures along two alignments to support the developed site, consisting of:�� One approximately 850 foot long, 10+/- foot high, post and panel retaining wall along the south side of the site,� One approximately 740 foot long, 12+/- foot tall post and panel retaining wall and associated soil anchors, along the north side of the site and (within an existing area of sloped concrete pavers).� Provide reinforced concrete transformer pads (with appropriate conduit penetrations and stub ups) on the US Government property portion of the site, where designated.�� Construct various sizes of large and small brush reef structures (bundles) using on-site materials, transporting, placing and anchoring the bundles in the designated locations of the Montgomery Slough.����� Perform all work related to meet other existing third-party agreements, applicable, binding regulatory requirements or other negotiated permits or third-party requirements.� Contract duration is estimated at 360 calendar days.� In accordance with DFARS 236.204(ii), the estimated magnitude of construction is between $25,000,000 and $100,000,000. If interested in subcontracting opportunities rather than performing as the Prime Contractor on this procurement, please be sure to identify the feature(s) of work you are interested in and your socio-economic category.� Complete Item 4 below for the feature(s) of work you have interest. Interested Sources must provide the following information: Company name, address, and point of contact, with his/her phone number and email address CAGE Code and DUNS Number Business size to include any official teaming arrangements as a partnership or joint venture Details of recent, similar projects and state whether you were the Prime or Subcontractor Start and end dates of construction work Project references (including owner with phone number and email address) Project cost, term and complexity of job Information on your bonding capability - SPECIFICALLY IDENTIFY PERFORMANCE AND PAYMENT BONDS CAPACITIES Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to gregory.m.sies@usace.army.mil and magdalena.bernard@usace.army.mil . This Notice should not be construed in any manner to be an obligation to issue a contract or result in any claim for reimbursement of costs for any effort you expend in responding to this request. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered and active in the System for Award Management (SAM.gov) prior to award of a contract or receipt of Bid/Proposal/Quote. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All�payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the SAM. The process for an active registration can take 12-15 days. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) prior to processing their registration. If you do not already have a Unique Entity Identifier (UEI), request a UEI for free by visiting Dun & Bradstreet (D&B) at https://fedgov.dnb.com/webform/ which takes 1-2 business days for processing. ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement applies to both new and existing entities. The notarized letter is mandatory and is required to be submitted to the GSA Federal Service Desk (FSD). Information can be found at https://www.fsd.gov/gsafsd_sp?id=kb_article_view&sysparm_article=KB0016652&sys_kb_id=32924a0a1b4bf050070f202ce54bcb38&spa=1 Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (formally known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) located on the SAM.gov homepage located in the Most Popular Help Items after selecting Help.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4323d2a939f045a89a2c361b44cd3eb0/view)
- Place of Performance
- Address: Monaca, PA 15061, USA
- Zip Code: 15061
- Country: USA
- Zip Code: 15061
- Record
- SN06269524-F 20220318/220316230059 (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 |