Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2023 SAM #8005
SOURCES SOUGHT

Z -- MARKET SURVEY/SOURCES SOUGHT for T. J. O�Brien Lock and Dam Major Rehab Scour Protection

Notice Date
10/26/2023 2:19:12 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST CHICAGO CHICAGO IL 60604-1437 USA
 
ZIP Code
60604-1437
 
Solicitation Number
W912P624S0001
 
Response Due
11/9/2023 12:00:00 PM
 
Archive Date
11/24/2023
 
Point of Contact
Natalie Williams, Phone: 3128335571
 
E-Mail Address
natalie.e.williams@usace.army.mil
(natalie.e.williams@usace.army.mil)
 
Description
By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of firms that are engaged in providing the services described hereunder for the T. J. O�Brien Lock and Dam Major Rehab Scour Protection. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. � GOVERNMENT REQUIREMENTS: Under the proposed Contract, the contractor will be required to provide the following construction services: The T. J. O�Brien Lock and Dam Major Rehab Scour Protection requires the placement of sand, gravel, and stone in the Calumet River around and near T. J. O�Brien Lock and Dam to fill scour holes that have developed during the 60+ years of operation of the gates.� There are 2-3 areas that require the placement of sand, gravel, and stone to fill the holes that have developed and prevent further scour from occurring.� The project will require placement from the water and delivery of the materials to be placed via water.� The T. J. O�Brien Lock and Dam is located at 135th Street and the Calumet River in Chicago, Illinois.� Type of Action: Information for Bids (IFB) to include Supplemental Representation and Certification checklist Estimated Advertisement Date: 13 NOV-2023 Estimated Award Date: 22 DEC-2023 Estimated Performance Period: 370 Days Estimated Cost: Between $5,000,000.00 and $10,000,000.00� REQUESTED INFORMATION:� All interested Small Business, certified HUBZone, 8A, Woman- Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this SOURCES SOUGHT via email no later than 09-NOV-2023 at 02:00PM Central Time. The following requests are designed to apprise the US Army Corps of Engineers, Chicago District, of any prospective small business with marine construction capabilities. The work will be performed on the river, please ensure your response acknowledges construction experience in or on water Please provide your response to the following. The submission is limited to 8 total pages of information. This Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Firm�s name and BUSINESS SIZE, unique entity identifier/cage code, address, point of contact, phone number, and e-mail address: 2. Is your company currently ""active"" at the System for Award Management (http://www.sam.gov)? If not, does it plan to register? Contractors are now REQUIRED to be registered in the System for Award Management (SAM) AT THE TIME ITS BID IS SUBMITTED to comply with the annual representations and certifications requirements (Reference: FAR Subpart 4.1102 � Policy (a)).� 3. In consideration of North American Industry Classification System (NAICS) code 237990, with a small business size in dollars of $45.0M, which of the following small business categories is your business classified under, if any? Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Small Business. 4. Is your firm capable of obtaining a performance and payment bond for a construction project valued between $5,000,000.00 and $10,000,000.00? 5. Is your firm interested in performing as a subcontractor or prime? 6. Does the interested vendor have experience in the work described for this project? If so, how many years? 7. In the consideration of the aforementioned government requirements, if your firm were to see an advertisement for this planned procurement within the next month, would your firm be interested in providing a bid? 8. Provide past experience on projects similar in scope to this project include:� Description of Past Performance: Interested firms may submit up to two (2) examples of similar projects that the firm has completed successfully within the last five (5) years. Projects that are 75% complete can be submitted to fulfill this requirement. For each example project, include original contract amount, pending and actual modification cost. Projects similar in scope to this project include: Marine based construction and stone placement. 9. Provide projects similar in size to this project include: *Construction experience must include placement of stone in a marine environment. Base on the definitions above, for each project submitted, include: ����������� a. Current percentage of construction complete and the date when it was or will be completed. � � � � � � b. Scope of the project. ����������� c. Size of the project. ����������� d. The portion and percentage of the project that was self preformed. ����������� e.� Name/Title of project, contact information of project POC ����������� f.� Dollar Value of project SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall�provide their submittals to Natalie Williams prior to 2:00 p.m. (Central Time) on November 09, 2023, via email to: natalie.e.williams@usace.army.mil�(ensure that the number & title of the Sources Sought Notice of ""W912P624S0001, T. J. O�Brien Lock and Dam Major Rehab Scour Protection,� is included in the subject line of the email).�Any electronic files (EMAIL) CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to Mrs. William�s email inbox.� NEGATIVE REPLIES ARE WELCOMED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/65b81f6d369f4009bce51a5819583b7f/view)
 
Place of Performance
Address: Chicago, IL 60633, USA
Zip Code: 60633
Country: USA
 
Record
SN06869485-F 20231028/231026230055 (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.