SOURCES SOUGHT
Y -- Allegheny River Lock and Dam No. 4 Permanent Culvert Improvements
- Notice Date
- 12/9/2022 6:49:23 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT PITTSBURG PITTSBURGH PA 15222-4198 USA
- ZIP Code
- 15222-4198
- Solicitation Number
- W911WN23SS8000
- Response Due
- 12/22/2022 11:00:00 AM
- Archive Date
- 12/27/2022
- Point of Contact
- Erica Mullen, Phone: 4123957256, Janie Roney, Phone: 4123957474
- E-Mail Address
-
erica.l.mullen@usace.army.mil, janie.l.roney@usace.army.mil
(erica.l.mullen@usace.army.mil, janie.l.roney@usace.army.mil)
- 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. Scope of the Proposed Acquisition:� The U.S. Army Corps of Engineers (USACE), Pittsburgh District is planning a construction project�that involves permanently relocating an enclosed stream on Government property to ultimately travel via gravity through the penstock of the lock land wall and into the Allegheny River, as well as associated decommissioning and/or restoration efforts pertaining to a variety of features to varying degrees. The Allegheny River Lock and Dam No. 4 Permanent Culvert Improvements Project (Project) generally involves the following: � Provide a three-foot (height) by four-foot (width) reinforced concrete box culvert and connect to each an existing junction box and the existing vault of the lock land wall, via open trench and/or shored construction, to permanently relocate the corresponding stream through these features and into the lock land wall penstock, while providing various lock land wall structural counterweight measures; � Decommission various features to varying degrees (i.e. remove and dispose off-site, remove and turn over to the Government, grout fill and abandon in-place, etc.) including but not limited to 36-inch diameter vitrified clay pipe culverts, temporary diversion of water system, various stormwater features, junctions, and various concrete pavement structures; � Restore and/or install various features to varying degrees including but not limited to stormwater features (i.e. culverts, junction boxes, yard inlets, roof downspouts, etc.), concrete pavement structures (i.e. driveways, curbs and gutters, esplanade, sidewalk, etc.), and fences; � Install cured-in-place pipe (CIPP) lining of 36-inch diameter vitrified clay pipe culverts; � Execute work associated with each the lock land wall vault hatch cover plate support system (including providing new support brackets, new recessed ledge angle, new angle brackets, etc.), part of the esplanade electrical utility trench (remove and replace, and maintain utilities during construction), and part of the esplanade trench drain (remove and replace); � Execute various measures to facilitate work including traffic control, diversion of water, erosion and sedimentation control, and others. The contractor will be required to furnish all materials proposed for installation, and will be responsible for properly stockpiling, disposing, or recycling, as appropriate, respective items removed. Removed items deemed for disposal or recycling are to be taken to commercially permitted facilities licensed to accept the same, as applicable. Allegheny River Lock No. 4 will remain in operation while work is being completed, however, the Government will permit temporary scheduled lock closures in accordance with the contract specifications. The contractor will be required to adhere to USACE Construction Quality Management concepts and procedures. The anticipated solicitation posting for this contract is within January to March 2023. Contract duration is estimated at 365 calendar days. The estimated cost range is between $1,000,000 and $5,000,000. 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 Erica.L.Mullen@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).��There is no charge to register or maintain a SAM registration. Registering in SAM.gov includes both entity validation and entity registration. To register in SAM: ����������� a. Navigate to SAM.gov ����������� b. Select Sign-In (top right) ����������� c. Select Create an Account then Follow the Instructions. ����������� d. After Account is Set-up, Select Sign In. ����������� e. Under the Entity Management widget, Select �Get Started� button. f. Select Register Entity. As part of entity registration, a Unique Entity ID will �be assigned. For Additional Information on SAM: To Register Your Entity (company) or check Your Registration status, please visit https:/www.fsd.gov/gsafsd_sp?id=gsa_index . �Under the heading of �Learn How to Register Your Entity�, you will find the following, ����������� Get Started with Your Registration ����������� Check Registration Status - ACTIVE, INACTIVE, PENDING ����������� Update Your Registration ����������� Become an Entity Administrator ����������� Validate Your Entity ����������� *Access User Guides *By selecting this option, you can obtain a Quick Start Guide for Contract Registrations. Also, on this site, in the search block, you can perform key words searches such as User Guides - FAQs, Videos, and Definitions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3879b0aba0e845a5b93c04aebc205ea5/view)
- Place of Performance
- Address: Natrona Heights, PA 15065, USA
- Zip Code: 15065
- Country: USA
- Zip Code: 15065
- Record
- SN06540467-F 20221211/221213085136 (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 |