SOURCES SOUGHT
Z -- Heyburn Lake Baffle Block Repair
- Notice Date
- 11/6/2023 4:13:49 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W076 ENDIST TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV-24-B-0002
- Response Due
- 11/21/2023 12:00:00 PM
- Archive Date
- 12/06/2023
- Point of Contact
- RONICA SMITH, Phone: 9186694386, Dario Rissone, Phone: 7756697109
- E-Mail Address
-
ronica.r.smith@usace.army.mil, dario.m.rissone@usace.army.mil
(ronica.r.smith@usace.army.mil, dario.m.rissone@usace.army.mil)
- Description
- 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. Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a contract for Heyburn Lake Baffle Blocks Repair project, located in Creek County, Oklahoma. The proposed project will be a competitive, firm-fixed price contract procured in accordance with FAR 14, Sealed Bidding. The type of set-aside 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 small business community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Women-Owned Small Business (WOSB). The government must ensure there is adequate competition among the potential pool of responsible contractors. Small businesses, Section 8(a), HUBZone, SDVOSB and WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing rehabilitation, repair, replacing displaced baffle blocks and performing incidental related work.� The main tasks are summarized as follows:(1) constructing and maintaining upland temporary access/haul roads for work access. No fill within the channel or stilling basins will be permitted (2) removing riprap, coarse aggregate, silt, debris, and other foreign materials within the stilling basin around the baffle blocks; (3) replacing displaced baffle blocks as per the plans and specifications provided; and (4) restoring any constructed or damaged access/haul roads used during the performance of the project.�� Any part of the exiting work that gets altered during construction operations must be repaired or replaced to match existing or adjoining work.� The existing infrastructure should be in equal or better condition than before the commencement of the new work. In accordance with FAR 36.204, the estimated magnitude of construction for this project is between $250,000 and $500,000. Estimated duration of the construction phase of this project is 300 calendar days. The North American Industry Classification System code for this procurement is 237990, which has a small business size standard of $45.0M.The Product Service Code is Z2KA. Small Businesses are reminded under FAR 52.219-14, (Deviation 2021-O0008), Limitations on Subcontracting that a firm will not pay more than 85% 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 toward the 85% subcontract amount that cannot be exceeded. 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 this sources sought synopsis. Anticipated solicitation issuance date is on or about 06 March 2024 and the estimated proposal due date will be on or about 26 April 2024. The official synopsis citing the solicitation number will be issued on https://SAM.gov, and we invite firms to register electronically to receive a copy of the solicitation when it is issued. Interested firms� responses to this synopsis shall be limited to 5 pages and shall include the following information: Firm�s name, address, point of contact, phone number, e-mail address and business CAGE Code. Firm�s interest in bidding on the solicitation when it is issued. Firm�s capability to perform a contract of this magnitude and complexity. Include firm�s capability to execute construction, comparable work performed within the past 5 years. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction and dollar value of the project. Provide at least 3 examples. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested firms shall respond to this sources sought synopsis no later than 2:00PM CST, 21 November 2023. All interested firms must be registered in SAM to be eligible for award of government contracts. Mail, fax or email your response to Ronica R. Smith, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: �ronica.r.smith@usace.army.mil. Fax: 918-669-7436. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at gene.snyman@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f7d9a28d06f64d0bb1b161e1d7ecf8fd/view)
- Place of Performance
- Address: Kellyville, OK 74039, USA
- Zip Code: 74039
- Country: USA
- Zip Code: 74039
- Record
- SN06877455-F 20231108/231106230132 (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 |