SOURCES SOUGHT
99 -- Old River Low Sill Control Structure Dewatering
- Notice Date
- 11/8/2022 11:40:09 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
- ZIP Code
- 70118-3651
- Solicitation Number
- ORCSDewatering
- Response Due
- 11/22/2022 8:00:00 AM
- Point of Contact
- Margaret C. Maine, Phone: 5043267720, Cori A. Caimi, Phone: 5048621352
- E-Mail Address
-
margaret.c.maine@usace.army.mil, Cori.A.Caimi@usace.army.mil
(margaret.c.maine@usace.army.mil, Cori.A.Caimi@usace.army.mil)
- Description
- The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 237990, Other Heavy and Civil Engineering Construction. This Sources Sought announcement is for market research information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. Old River Low Sill Control Structure is part of the Mississippi River & Tributaries (MR&T) Old River Project located at 4920 Hwy 15, Vidalia, Louisiana. Old River Lock Still Control Structure consists of eleven (11) gatebays, each having a 44 foot width between piers. The three (3) center bays have a bottom sill elevation of -5.0 feet NGVD and the four (4) outer bays on each side of the center bays have a bottom sill elevation of 10.0 feet NGVD. � Description and Magnitude of the Work: Old River Low Sill Control Structure shall be dewatered for USACE inspection and possible repairs via Contractor. The work consists of clearing and grubbing for stagging area; fabrication, painting, and installation of steel bulkheads; diving services; unwatering of the cofferdam area(s); installation of instrumentation of piezometers and settlement reference markers with real time data collection systems; monitoring of instrumentation; assisting USACE with typical dewatering mission, which includes preparation of dewatered area and equipment for inspections; miscellaneous concrete and metal work; removal of steel bulkheads; and other related incidental work. Access to the area will be via land and barge.� At least one (1) large barge crane will be required on each side of the structure to place bulkheads into position and lower various equipment, tools, and machinery inside the cofferdam area(s). �� Magitude of Work:� Bewteen $25,000,000 and $100,000,000 Please include the following information in your response: 1. Organization name, address, email address, website address, telephone number, and business size (e.g. large business, small business, 8(a), HUBZone, SDVOSB, WOSB, VOSB, other) and type of ownership for the organization; include DUNS number and CAGE code. 2. Identify if, based upon the scope of this project, you would form a joint venture to execute this work. Provide Joint Venture information, if applicable, including DUNS number and CAGE code. 3. Provide a description of your firm's interest in providing a proposal, please provide at least 2 recent relevant/comparable projects completed within the past 10 years (no more than 2 pages per project). The completed projects shall demonstrate your firm's capability to execute this type of construction effort and access a large barge crane. It is recommended to include a brief description of the project and how it is comparable to the work required for this project, customer name and contact information, timeliness of performance with respect to the contract schedule, customer satisfaction, contract type (e.g., Firm Fixed Price, Fixed Price Incentive, etc), and dollar value of each project. 4. Provide your firm's capabilities/availabilities in performing the required construction efforts, given the current market conditions. Identify any workload constraints regarding available personnel, equipment, and/or materials required to perform the planned construction efforts, given the current market conditions. Please explain any market pressures that may be apparent. Please send your sources sought responses via email to Margaret.C.Maine@usace.army.mil and Cori.A.Caimi@usace.army.mil. Submissions should be received by 10:00 a.m. CST, on November 22, 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3ddcff5a8164450a8a5ec38fb71399d5/view)
- Place of Performance
- Address: Vidalia, LA 71373, USA
- Zip Code: 71373
- Country: USA
- Zip Code: 71373
- Record
- SN06513209-F 20221110/221108230112 (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 |