SOURCES SOUGHT
99 -- U.S. Army Corps of Engineers, Vicksburg District, Mississippi River Stone Placement, Multiple Award Task Order Contract (MATOC)
- Notice Date
- 1/3/2024 12:58:43 PM
- Notice Type
- Sources Sought
- Contracting Office
- W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE24R0001
- Response Due
- 1/17/2024 12:00:00 PM
- Archive Date
- 02/01/2024
- Point of Contact
- Freteshia L. Johnson, Phone: 6016315219, Robert Ellis Screws, Phone: 6016317527
- E-Mail Address
-
Freteshia.L.Johnson@usace.army.mil, Ellis.Screws@usace.army.mil
(Freteshia.L.Johnson@usace.army.mil, Ellis.Screws@usace.army.mil)
- Description
- W912EE � This market survey is for information only, to be used for preliminary planning purposes. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. All cost associated with responding to this Notice will be solely at the responding party�s expense. No reimbursement will be made by the Government for any cost associated with providing information in response to this Sources Sought announcement or any follow-up information requests. The purpose of this Sources Sought Notice is to conduct research to gauge interest and determine capabilities and qualifications of potential contractors in the Construction Community, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. Contractors may be a qualified Small Business, 8(a) participants, Woman Owned Small Business (WOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and/or Historically Underutilized Business Zones (HUB-Zone). Depending upon the responses associated with the business categories listed above, the solicitation may either be set aside in one of those categories, be issued as a total small business, or be issued on an unrestricted basis. All small businesses are highly encouraged to participate. The U.S. Army Corps of Engineers, Vicksburg District, is considering awarding one (1) Multiple Award Task Order Contract (MATOC) to support stone placement at various locations within the boundaries of the Vicksburg District along the Mississippi River. The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction. The Product Service Code (PSC) is Y1PZ, Construction of Other Non-Building Facilities. The associated Small Business Administration (SBA) Size Standard is $45 Million. Offerors must be registered with the System for Award Management (SAM), including the NAICS code they are submitting proposals under, to receive a government contract award. To register, the SAM internet address is http://www.sam.gov. This Sources Sought Notice does not commit the Government to a contract for any construction requirements. At this time, propriety information is not being requested and respondents shall refrain from providing propriety information in response to this Notice. 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 Solicitation, if any is issued. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. 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. The results of this survey may be used by the Government for a period of one year from the date of this notice. Respondents will not be notified of the results of the evaluation. PROJECT DESCRIPTION: The Vicksburg District has a requirement to provide all plant, labor, materials, and equipment for the construction of various types of stone navigation structures to include all types of dikes,�chevrons, bendway weirs, hardpoints, revetments and other river training and bank stabilization structures on the Mississippi River primarily within the boundaries of the Vicksburg District. Additional work may include placement of stone fill and longitudinal peaked stone toe protection in specified areas such as dike fields, revetments, and other locations along the river, as well as riprap bank paving to include bank clearing, grading and excavation. Individual Task Orders will designate the locations and types of work that will be performed. The MATOC ordering period will be five (5) years. The total contract capacity will not exceed $99.5 Million. The estimated minimum size of a task order is $500,000. The estimated maximum size of a task order is $15 Million with the average size task order being $3 Million to $8 Million. Upon award to the initial MATOC pool, individual task orders will be competitively issued to MATOC holders, through designating the locations and types of work that will be performed on each task order. SUBMISSION REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, email address, CAGE code, and UEI. 2. Firm's interest in submitting a proposal in response to the solicitation, if issued. 3. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, or Other Than Small Business (Large Business). 4. Firm's joint venture information (if applicable). 5. Bonding information (provide bonding limits on the bonding company's letterhead): a. Single bond b. Aggregate c. Point of contact for the bonding company 6. Please provide responses to the below questions regarding Small Business subcontracting goals if responding as an Other Than Small Business (Large Business). If your firm is a Small Business, provide affirmation that your firm can comply with the minimum requirements listed at FAR 52.219-14, Limitations on Subcontracting, which requires a small business concern perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. a. Do you believe all aspects of this requirement could be performed by the small business sector? b. If yes, as a ____ large business / ____ small business, what estimated percentage do you think can be subcontracted out to small business? Small Business (SB) ____% Small Disadvantage Business (SDB) ____% Woman-Owned Small Business (WOSB) ____% Veteran-Owned Small Business (VOSB) ____% Service-Disabled Veteran-Owned Small Business (SDVOSB) ____% Historically Underutilized Business Zone (HUBZone) ____% 7. Provide a list of at least three (3) projects similar in scope, magnitude and cost as the projects described above that were completed in the last 10 years. The provided information shall include the following: a. Brief description of the project b. Customer name c. Customer satisfaction d. Timeliness of performance e. Dollar value of the completed projects f. The features of the work you self-performed and the features of the work you subcontracted out. 8. What features of work would you self-perform and what features of work would you subcontract out to perform the proposed scope? 9. What equipment do you or your subcontractor own and what equipment would you have to lease to successfully perform the proposed scope? 10. Explain your anticipated resources to supply large quantities of stone to perform the proposed scope along the Mississippi River in a timely manner? 11. Describe how you would manage successfully completing multiple task orders concurrently along the Mississippi River. Capability Statements shall describe past work experience and capability of work that your firm has performed as the Prime Contractor under the contract. Include the total amount bonded by the submitting firm as the Prime Contractor. Projects must have been bonded by the submitting firm as the Prime Contractor to be considered. If you are relying on a subcontractor�s experience, describe your subcontractor�s relevant experience, your history in successfully working on other contracts with this subcontractor, and your experience as a prime contractor managing similar contracts. Narratives shall be no longer than ten pages. The responses received to this notice will provide the basis for determining industry capability and the set-aside category to be used. Therefore, it is critical that firms interested in the opportunity to support the Vicksburg District�s stone placement requirement complete and return responses to this survey. Firms are cautioned to carefully consider whether they possess the requisite capability, capacity, experience, and financial/bonding capability to perform multiple projects at multiple locations simultaneously. Responses are to be completed with all requested information and submitted via e-mail to Contract Specialist Freteshia L. Johnson, at Freteshia.l.johnson@usace.army.mil, and Contracting Officer Ellis Screws, at Ellis.Screws@usace.army.mil. Responses should be sent as soon as possible, but not later than 2:00 pm Central Time, January 17, 2024, to be considered. Please use the following subject line for the email: �W912EE24R0001� U.S. Army Corps of Engineers, Vicksburg District, Mississippi River Stone Placement, Multiple Award Task Order Contract (MATOC)�. Telephone inquiries will not be accepted or acknowledged.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5da5260948ad4062a40449559b65704c/view)
- Place of Performance
- Address: Vicksburg, MS 39183, USA
- Zip Code: 39183
- Country: USA
- Zip Code: 39183
- Record
- SN06926217-F 20240105/240103230047 (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 |