MODIFICATION
Y -- Project Labor Agreement Survey - Colorado Phase I Wharton, TX
- Notice Date
- 9/16/2022 7:59:03 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G22R0114
- Response Due
- 10/3/2022 12:00:00 PM
- Archive Date
- 10/04/2022
- Point of Contact
- Terry Hardin, Phone: 8178861068, Robert M. Duran, Phone: 8178861070
- E-Mail Address
-
terry.hardin@usace.army.mil, robert.m.duran@usace.army.mil
(terry.hardin@usace.army.mil, robert.m.duran@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS For�Colorado River Flood Risk Mitigation Levee system, Wharton, Texas 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 NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers, Fort Worth District has been tasked to solicit for and award a project to construct a new Flood Risk Mitigation Levee System along the Colorado River at Wharton, Texas. Proposed project will be a competitive, firm-fixed price, Design-Bid-Build (DBB) contract. 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 purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Large and Small Business Community. �Small Businesses, such as Section 8(a), Historically Underutilized Business Zones (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman- Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, Woman-Owned, SDVOSB and businesses are highly encouraged to participate to determine market research in establishing the acquisition strategy. Statement of Work: This project proposes 100% Design-Bid-Build (DBB) documents for the construction of a new Flood Risk Mitigation Levee System along the Colorado River.� The project will consist of approximately 12,350� of earthen levees divided into four (4) Reaches, four (4) interior drainage sumps, and a street drainage system.� Base (100% Design-Bid-Build Documents) a) #2 Levee Reach 1 & Rust Sump b) #3 Levee Reach 2 & Vineyard & Harrison Sump & Hughes Street Improvement c) #5 Levee Reach 3 & Panes Sump d) #6 Levee Reach 4 & Sunset Sump In accordance with DFARS 236.204(ii) Disclosure of the magnitude of construction between $25,000,000 and $100,000000.� The Estimated duration of the project is 540 calendar days from notice to proceed. Performance and Payment Bonds will be required for this project within 10 days after award. The North American Industry Classification System (NAICS) code for this procurement is 237990-Other Heavy and Civil Engineering Construction which has a small business size standard of $39.5 Million. Product Service Code (PSC) Y1PZ Small Businesses are reminded under FAR 52.219-14 (e) (3), Limitations on Subcontracting, they must perform at least 15% General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded. �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. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under to this source sought synopsis. However, all construction performance must follow the USACE Safety and Health Requirements Manual, (EM 385 1-1), and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. The type of solicitation to be issued will be a Design-Bid-Build (DBB) RFP. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Anticipated synopsis is to be issued on or about 18 October 2022 and posted for 15 days. The solicitation issuance date is on or about 02 November 2022, and the estimated proposal due date will be on or about 03 January 2023. The official Synopsis citing the solicitation number: W9126G22R0114 Colorado River Ph1, Wharton Texas will be issued on https://sam.gov SAM.GOV through (htts://piee.eb.mil ) PIEE and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information:� Firm's name, address, point of contact, phone number, and e-mail address. Firm's interest in bidding on STATEMENT OF WORK of the subject solicitation when it is issued. 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. Firm's Size: Large Business, Small Business category and business size, (Small Business, HUB Zone, Service-Disabled Veteran Owned Small Business, Woman Owned Small Business or 8(a)). Firm's Joint Venture information if applicable - existing and potential. JV Firms must have a unique SAM EUI and Cage Code and will be required to submit the JV partnership agree with their respective proposal. Firm's Bonding Capability (bonding level per contract and aggregate bonding level, both expressed in dollars, via letter from the bonding company) is required. Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 p.m. CDT 03 OCTOBER 2022 EMAIL. Listed below.� All interested firms must be self-registered in PIEE (htts://piee.eb.mil ) and Offerors must be active in SAM.GOV (https;//sam.gov) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM.GOV that include FAR52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance � per FAR 52.204-26. Award cannot be issues for non-compliance until SAM Registration is complete, otherwise ineligible for award. The Supplier Performance Risk System (SPRS) https://sprs.csd.disa.mil, summary report must be completed prior to an award. The Supplier Performance Risk System (SPRS) is the authoritative source to retrieve supplier and product PI (performance information) assessments for the DoD (Department of Defense) acquisition community to use in identifying, assessing and monitoring unclassified performance. �(DoDI 5000.79). Point of contact for sources sought request for Information (RFIs) regarding this project, email your response to: Terry Hardin, Contract Specialist Contracting Division, USACE - Fort Worth District, Fort Worth, TX 76102. Email: terry.hardin@usace.army.mil and Cc: Robert M. Duran, Contracting Officer Email: robert.m.duran@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4a03745344e2497d80acd8c08e736618/view)
- Place of Performance
- Address: Wharton, TX 77488, USA
- Zip Code: 77488
- Country: USA
- Zip Code: 77488
- Record
- SN06468343-F 20220918/220916230134 (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 |