Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2024 SAM #8107
SOURCES SOUGHT

Y -- Crains Island Habitat Rehabilitation and Enhancement Project (HREP), Stage 3

Notice Date
2/5/2024 9:34:30 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST ST LOUIS SAINT LOUIS MO 63103-2833 USA
 
ZIP Code
63103-2833
 
Solicitation Number
W912P924R0024
 
Response Due
3/5/2024 8:00:00 AM
 
Archive Date
03/20/2024
 
Point of Contact
Michelle Person, Phone: 3143318506, Tracy Tenholder, Phone: 3143318257
 
E-Mail Address
michelle.r.person@usace.army.mil, Tracy.N.Tenholder@usace.army.mil
(michelle.r.person@usace.army.mil, Tracy.N.Tenholder@usace.army.mil)
 
Description
Sources Sought Notice for:�CRAINS ISLAND, ILLINOIS, HABITAT RESTORATION AND ENHANCEMENT PROJECT (HREP), STAGE 3 This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or make a contract award. NO AWARD will be made from this Sources Sought Notice. This is NOT a request for proposal, quote, or invitation for bid. The sole purpose of this notice is to identify potential System for Award Management (SAM) Database registered businesses that are interested and capable of performing this work.�USACE is�not�responsible for any costs incurred by interested parties in responding to this Sources Sought. POINT OF CONTACT: Michelle Person, Contract Specialist - michelle.r.person@usace.army.mil PROJECT INFORMATION The Crains Island Habitat Rehabilitation and Enhancement Project (Project) is located on the right descending bank of the Mississippi River between river miles 103.5 and 105.5, approximately 4 miles southeast of the City of Chester, in Randolph County, IL. The Project Area is comprised of 553 acres of aquatic side channel, floodplain forest, and wetland habitat. Human activity over the past two centuries within the Middle Mississippi River (MMR) basin, floodplain, and channel has altered the hydrology and biotic communities historically present in the Project Area. These alterations have reduced the diversity and quality of flowing side channels on the MMR.� Floodplain forest and wetland habitats have also been severely reduced since settlement. These trends, if left unchecked, are likely to continue. This Project provides an opportunity to improve the quality and diversity of these critical habitats. Stage 3 of the Project involves the full restoration of the side channel within the project area by excavating / dredging the side channel to dimensions deep enough and wide enough to serve as beneficial fisheries habitat. The contract is anticipated to be a Firm-Fixed- Price, stand-alone, Construction contract using Sealed Bidding / Invitation for Bid (IFB), with award to the responsible bidder whose bid, conforming to the IFB, will be most advantageous to the Government, considering only price and the price-related factors. The anticipated period of performance for this project is 12 months. NAICS CODE: 237990 - Other Heavy and Civil Engineering Construction SIZE STANDARD: $45M CONTRACT ESTIMATED RANGE: Between $1,000,000 and $5,000,000 PROJECT DESCRIPTION This project, Stage 3 of the overall design, is part of the restoration effort intended to fully restore the side channel habitat within the project area.� The restoration will involve the excavation and/or hydraulic dredging of the material within the Crains Island Side Channel and placement of the material behind stone navigation structures adjacent to the project area.� Material to be excavated / dredged is likely to primarily sand, silt, or clays.� Previous construction efforts in the project area were intended to remove any remnant river training structure (wooden piles or stone).� However, some stone or woody debris may still be encountered in the area to be excavated / dredged. CAPABILITY STATEMENT SUBMITTAL All interested, responsive, and responsible System of Award Management (SAM) Database registered businesses are encouraged to participate in this Sources Sought by emailing the required information below to the point of contact. If your company is not SAM-registered, please do so at www.sam.gov. Interested PRIME contractors shall include the following information in their response to this Sources Sought announcement: Please provide business information in the following format: Business Name: Point of Contact: (Name/Phone/Email) Address: Business Size and Category (Large/Small/8(A)): CAGE and/or UEI Code: Indication of the intent to Bid (Yes/No): Documentation supporting company�s capability to bond projects within the Contracted Estimated Range for a single project as a Prime Contractor.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Please provide examples of work that your company has performed as the Prime Contractor in the areas listed below � limit to ten (10) pages. Include the total contract dollar value and amount bonded by submitting firm as the Prime Contractor. Detail what work was self-performed and what percentage of work was subcontracted. No more than three (3) and no less than five (5) projects should be provided to demonstrate competency and experience in the required areas of work. Describe past work experience showing all or more than one of the areas listed that were performed under one contract. Projects must have been bonded by submitting firm as the Prime Contractor to be considered. � � � � � �Areas of work involving characteristics that are similar to the types of work described herein: Earthwork � excavation / dredging Dredging with land or river-based dredge disposal. Dredging and disposal along and in close proximity to a commercially active navigation channel. Experience working in an unprotected section of the Mississippi River subject to river stage limitations. Contracting Performance of work as the Prime Contractor on a Federal Contract. Quality Developing quality assurance project plans Verification surveys for quantity and compliance Material Testing Environmental testing and compliance with dredge disposal material. Responses are to be sent via email to Michelle Person at Michelle.R.Person@usace.army.mil no later than 10:00 a.m. CST 05 March 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7e09278fa7674d0cb82fdd17d3077246/view)
 
Place of Performance
Address: Chester, IL 62233, USA
Zip Code: 62233
Country: USA
 
Record
SN06955559-F 20240207/240205230044 (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.