Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2023 SAM #7948
SOURCES SOUGHT

99 -- FY_24 Design-Build MATOC for Miscellaneous Civil Works Projects

Notice Date
8/30/2023 10:14:40 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
W912EQ23S0012
 
Response Due
9/13/2023 12:00:00 PM
 
Archive Date
09/28/2023
 
Point of Contact
Darcel Glenn, Phone: 9013333602, Monica Moody, Phone: 9015440838
 
E-Mail Address
darcel.g.glenn@usace.army.mil, Monica.a.moody@usace.army.mil
(darcel.g.glenn@usace.army.mil, Monica.a.moody@usace.army.mil)
 
Description
FY24 MVM Design-Build MATOC for Miscellaneous Civil Works Projects Sources Sought Number: W912EQ23S0012 DESIGN BUILD MATOC NOTE:� THIS REQUIREMENT WAS PREVIOUSLY PUBLISHED AS W912EQ23S0008 This is a SOURCES Sought Synopsis and is for a market research survey for�information only, to be used for preliminary planning purposes. THIS IS�NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF�A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No�reimbursement will be made for any costs associated with providing�information in response to this synopsis. Respondents will not be notified�of the results. The purpose for this synopsis is to conduct market research to help identify�capable, potential sources and to establish if this requirement can be setaside�for small business or other socioeconomic programs to include Small�Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone),�Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran�Owned Small Business (SDVOSB). Those aforementioned programs are�highly encouraged to respond. The synopsis and solicitation, if issued, will be made available on SAM.gov. It�is the potential offeror�s responsibility to monitor SAM.gov for issuance of�any future solicitation that may result from this Sources Sought Synopsis.�NAICS Code: 237990 (Other Heavy and Civil Engineering Construction) This�industry comprises establishments primarily engaged in heavy and civil engineering construction projects (excluding highway, street, bridge, and�distribution line construction). The work performed may include new�work, reconstruction, rehabilitation, and repairs. Specialty trade�contractors are included in this industry if they are engaged in activities�primarily related to heavy and civil engineering construction projects�(excluding highway, street, bridge, distribution line, oil and gas structure,�and utilities building and structure construction). Construction projects�involving water resources (e.g., dredging and land drainage), development�of marine facilities, and projects involving open space improvement (e.g.,�parks and trails) are included in this industry. This requirement is a Multiple Award Task Order Contract (MATOC) for�design and construction of miscellaneous repairs for Civil Works projects�throughout the Memphis District. Typical work to be accomplished may�include the following types of projects: Pumping plant repairs and�rehabilitation, levee gravel resurfacing, existing channel cleanouts, scour�repairs along existing channels, floodwall concrete and joint repairs and�floodgate repairs. The work on each task order will consist of furnishing all engineering and�design labor necessary to perform the following activities needed to�develop details plans and specifications for construction per required�USACE standards: A. Conduct site visits/assessments as required to develop detailed plans�and specifications; B. Develop detailed project plan and design timeline/schedule and obtain�the necessary permits and approvals from USACE Regulatory and other�relevant agencies for construction; C. Provide all necessary documentation and reports for the design as�required Once design is completed to the extent necessary to begin construction,�additional work on each task order will consist of furnishing all plant,�labor, and materials for the construction work to be performed. Specific�items of work for the various types of projects that may be accomplished�include the following types of work: A. Pumping Plant Repairs and Rehabilitation � roof repair, automatic�greasing system repair, pump station renovation, pumping plan fuel farm�rehabilitation, engine exhaust repairs, plant security upgrades, equipment�door repairs, repairing/replacing switchboard and potable water tank�controls, other ancillary work related to Pumping Plant Repairs and�Rehabilitation B. Gravel Resurfacing � clearing and grubbing, debris removal, levee�earthwork and access roads, erosion protection, and resurfacing using�aggregate base, asphalt paving, or other alternatives for levee repairs as�proposed. C. Channel Cleanout � removal of debris and sediment and disposal using�appropriate equipment in accordance with local regulations per the�approved design to restore the channel to its original capacity. D. Scour Repair � repair of the scour per the completed�hydraulic/hydrologic analysis and approved design E. Floodwall Concrete and Joint Repairs � demolition and removal of�damaged section of concrete floodwall and/or joint material, installation of�new reinforcement re-bar, and placement/installation of new�concrete/joint material to match existing floodwall and/or joints. F. Floodgate Repairs � replacement of floodgate to include replacement of�any damaged parts, lubrication, and testing to ensure proper operation. The requirement will consist of an ordering period of 5 years. The�estimated range for the magnitude of design and construction services�including all Task Orders to be awarded is between $100,000,000.00 and�$250,000,000.00. Requirement: Firms responding to this announcement are requested to�demonstrate in writing its capability to perform the work for this project by�addressing the following items: (1) Provide the Firms name, address, DUNS #, firm business size and socioeconomic�status. (2) Provide examples (minimum of three) of projects similar in nature to�the work in the above project description your firm has performed in the�past 8 years. Each example should include a detailed project description,�location, the dollar value of the project, the beginning and end date of the�project. These projects should be relevant in terms of size, scope, and�complexity. (3) For the relevant example projects requested in item (2), indicate�whether your firm was the prime or subcontractor. If the prime, indicated�what percentage of the work you performed. If the firm was a�subcontractor, identify your role in the contract and explain the relevancy�of the role. Also provide copies of performance rating for projects�submitted and resume of key personnel. (4) Provide a list of the firm�s current on-going projects, the bonding�amount and the expected completion dates. Also include the name, point�of contact, and phone number of the prime contractor�s bonding company. (5) The Government is requesting interested contractors to furnish the�following information: (a.) What negative impacts, if any, will your firm experience as a result of�the consolidation of specific requirements? (b.) Will consolidating this requirement impact your ability to participate in�this type requirement within the Mississippi Valley Division? (c.) Would you be willing to participate in a future acquisition for the�Design and Construction of Various Miscellaneous Civil Works Projects�under a Multiple Award Task Order Contract (MATOC) scenario? All�responses will be reviewed for preliminary planning purposes in�determining future acquisition strategy. (d.) Provide no more than five (5) references of the most recent and�relevant contracts, performed within the last eight (8) years of work�same/similar in nature. Include name, address, telephone number, and email�address of references. Also provide a brief description of the work�performed, contract number, total contract value, and period of�performance. Submission of information should be limited to not more�than five (5) pages. Project Labor Agreements (PLAs): 1. Do you have knowledge that a PLA has been used in the local�area on projects of this kind? If so, please provide supporting documentation. 2. Are you aware of skilled labor shortages in the area for those�crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation�where possible. 3. Do you have knowledge that a PLA has been used in the local�area on project? If so, please elaborate and provide supporting documentation where possible. 4. Are you aware of time sensitive issues/scheduling requirements�that would affect the rate which the referenced project should be completed? If so, please elaborate and provide supporting�documentation where possible. 5. Identify specific reasons why you do not believe a PLA advance�the Federal�Government�s interest in achieving economy and efficiency in federal�procurement. Small Business Description: Provide capability of�performing the work, either by 100% self-performance or through teaming.�Specifically, if you would not be self-performing 100% of the work, please provide: 1. An estimate of your self-performance and a proposed team�approach (for example: are you part of an approved mentor prot�g� team through the SBA 8(a) or All Small Mentor Prot�g�Program? 2. Will you be teaming with other small businesses to meet the selfperformance�requirements? 3. Will your subcontractors be primarily small businesses? 4. What type of work would likely be subcontracted? 5. Have you performed this type of work previously with similar�teaming arrangements? If, so�What were issues with contract performance. NOTE: Small businesses may submit a capability statement that includes�the expertise of large business partner companies under a teaming�arrangement. If a teaming arrangement is contemplated, then the�response to this source sought must clearly discuss the areas of the Draft�Performance Work Statement that the small business firm intends to�perform and the specific areas that the large business teaming partner�intends to perform. Please note that at least 15% of the total cost of the�contract value must be incurred by or for personnel of the small business�firm (or similarly situated entities) pursuant to the FAR clause at 52.219-14 entitled �Limitations on Subcontracting (NOV 2011)�. In order for the�Government to make a Small Business (SB) set-aside (or other socioeconomic subcategory) determination, it is emphasized that SB�concerns provide sufficient written information to clearly demonstrate�their capacity, capability, and responsibility (in accordance with FAR 9.1�and the requirements at FAR 19.502(b)(1) to successfully perform and�manage all the requirements of this effort. Magnitude of Work: Between $100,000,000.00 and $250,000,000.00 Contract Duration: TBD (solicitation) Estimated Start Date: (Exact date TBD) Site Visit Time & Date: TBD (solicitation) Response Time & Date: 13 September 2023 at 2:00 pm (CDT) All interested parties should submit qualifying documentation not later�than the response time and date to the below address. Electronic�submissions are acceptable. Send via email (PDF format) to�Ms. Darcel Glenn at darcel.g.glenn@usace.army.mil. Interested firms shall�provide one copy of the above documentation. Responses shall be limited�to ten (10) pages. The Government will not pay for any material provided in�response to this market survey; nor return the data provided.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e6bc977949e24373b4851717805bc338/view)
 
Place of Performance
Address: Memphis, TN 38103, USA
Zip Code: 38103
Country: USA
 
Record
SN06813695-F 20230901/230830230059 (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.