Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2022 SAM #7575
SOURCES SOUGHT

Z -- New Madrid Boat Ramp Repairs

Notice Date
8/25/2022 11:24:54 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST MEMPHIS MEMPHIS TN 38103-1894 USA
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ22S0022
 
Response Due
9/9/2022 8:00:00 AM
 
Point of Contact
Kimberly Bass, Phone: 901-579-3648, Monica Moody, Phone: 9015440838
 
E-Mail Address
kimberly.e.bass@usace.army.mil, monica.a.moody@usace.army.mil
(kimberly.e.bass@usace.army.mil, monica.a.moody@usace.army.mil)
 
Description
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 NOT CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement to this synopsis or any follow up information requests.� The U.S. Army Corps os Engineers, Memphis District has been tasked to solicit and award a project for the repair of damaged portions of the New Madrid boat�ramp concrete slab, repair of the existing subbase/subgrade near damaged�portions of the boat ramp, constructing new cast-in-place and push-in-place�concrete slabs over of the existing ramp, armoring the river side and land�side of the boat ramp to safeguard against scouring, and any incidental�related work according to the specifications and plans. The government intends to issue a solicitation: however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside, if any, decision to be issued will depend upon the capabilities of the responses to this synopsis.� The work shall be located within New Madrid County, MO. EXISTING WORK In addition to ""FAR 52.236-9, Protection of Existing Vegetation,�Structures, Equipment, Utilities, and Improvements"": a. Remove or alter existing work in such a manner as to prevent�injury or damage to any portions of the existing work which remain. b. Repair or replace portions of existing work which have been�altered during construction operations to match existing or adjoining work, as approved by the Contracting Officer. At the�completion of operations, existing work shall be in a condition equal to or better than that which existed before new work started.� LOCATION OF UNDERGROUND FACILITIES Verify the elevations of existing piping, utilities, and any type of�underground obstruction not indicated to be installed or removed, but�indicated or discovered during work to be conducted or installed. For�further instructions and details, see the paragraph entitled, ""OBSTRUCTIONS"" in Section 00 80 00.00 11 SPECIAL CONTRACT REQUIREMENTS. WORK PERFORMED BY OTHERS The Graded Stone ""C"" required around the boat ramp as indicated on the�plans will be installed by others. The contractor is not be responsible for�providing the Graded Stone ""C"" for this contract. The contractor is,�however, responsible for adjusting and relocating the Graded Stone ""C""�already provided on site as necessary when completing the boat ramp�construction. ORDER OF WORK Completion of the work as described in the contract documents shall follow�a specific order of work as outlined in this section. Preconstruction Submittal - Contingency Plans Prior to any work commencing, the contractor shall submit a plan detailing�all sequencing and adequate measures to be taken by the contractor to�ensure the boat ramp will remain operational in the event of rising water�levels resulting in portions of work not being able to be completed. This�plan shall include detailed courses of action and proposed contingency�plans at various stages of work.� Repair of Existing Subbase/Subgrade The contractor shall repair the existing subbase/subgrade in accordance�with the contract documents prior to constructing any slabs (push-in-place�or cast-in-place, temporary or permanent) over the affected portion of�subbase/subgrade. Grade Beam Construction The contractor shall complete the construction of the concrete grade beam�in accordance with the contract drawings. Contractor shall properly prepare�the foundation and the area immediately adjacent to the location of the new�grade beam as to limit the amount of demolition and disturbance of adjacent�features. Verification Prior to Push-in-Place Slab Placement Prior to placing the new push-in-place slab, the contractor shall ensure�subbase is stable, and free of voids for accepting the new push-in-place�slab. This includes conducting any necessary surveys or using other methods�to determine subbase conditions. The contractor shall also verify that no�obstructions exist that would hinder placement of the push-in-place slab or�that would damage the slab during placement. The contractor shall adjust�and relocate existing Graded Stone ""C"", as necessary, to ensure a stable base. New Push-in-Place Slab The contractor shall complete the construction and placement of the new�push-in-place slab. Surface preparation of the existing push-in-place slab�shall be done prior to placing the new slab, in accordance with the�contract documents. New Cast-in-Place Slab The contractor shall complete the construction of the new cast-in-place�slab over the existing cast-in-place slab. Surface preparation of the�existing cast-in-place slab shall be done prior to placing the new slab, in�accordance with the contract documents. General Requirements Work shall be scheduled and accomplished in a manner that leaves the boat�ramp operational in the event water levels rise and all work cannot be�completed. The estimated cost of the proposed construction is between $1,000,000.00 and�$2,000,000.00. The Estimated duration of the project is TBD.� The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $39.5 Million.� Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. If a large business firm is selected for this announcement, they must also comply with the FAR 52.219-9 clause regarding the requirement for an approved subcontracting plan.� 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 STATEMENT OF WORK of the subject solicitation when it is issued. 3.�� �Firm's capability to perform a contract of this magnitude and complexity, including the firm's capability to execute construction comparable work performed within the past five years. Incorporate a brief description of the project, customer's name, timeline of performance, customer satisfaction and dollar value of the project - provide at least three examples. 4.�� �Firm's Size: Large, small business category and business size, (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Woman Owned Small Business, or 8(a)). 5.�� �Firm's Joint Venture information if applicable - existing and potential. 6.�� �Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company). Interested Firms shall respond to this Sources Sought Synopsis no later than 10:00 a.m. CST 9 SEP 2022 via email only. All interested firms must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Please email your response to: Kimberly Bass, Contract Specialist� Contracting Division, USACE - Memphis District, Memphis, TN�� Email: kimberly.e.bass@usace.army.mil�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/60a41f087c9347a98a0b6e640e689e89/view)
 
Place of Performance
Address: New Madrid, MO 63869, USA
Zip Code: 63869
Country: USA
 
Record
SN06441995-F 20220827/220825230133 (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.