SOURCES SOUGHT
Y -- Sources Sought: Boston Mills Cuyahoga River Restoration - W912P425X11L0
- Notice Date
- 10/8/2024 8:38:30 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W072 ENDIST BUFFALO BUFFALO NY 14207-3199 USA
- ZIP Code
- 14207-3199
- Solicitation Number
- W912P425X11L0
- Response Due
- 10/18/2024 12:30:00 PM
- Archive Date
- 11/02/2024
- Point of Contact
- Colleen Sullivan, Phone: 716-479-0282, Jeffrey G. Ernest, Phone: 7168794173
- E-Mail Address
-
colleen.m.sullivan@usace.army.mil, jeffrey.g.ernest@usace.army.mil
(colleen.m.sullivan@usace.army.mil, jeffrey.g.ernest@usace.army.mil)
- Description
- SOURCES SOUGHT DESCRIPTION: THIS IS A SOURCES SOUGHT NOTICE, RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10: MARKET RESEARCH. By way of this Market Survey/Sources Sought Notice, the USACE-Buffalo District intends to determine the extent of firms that are engaged in providing the services described hereunder for the Cuyahoga River Restoration � Boston Mills North. This Sources Sought Notice is issued solely for informational, market research, and planning purposes only and does not commit the government to any further contract actions, i.e., solicitation and/or contract. Respondents are advised that the United States Government will not pay for any information or administrative cost incurred in responding to this Sources Sought Notice. Not responding to this Sources Sought Notice does not preclude participation in any future Request for Proposals (if any) that may be issued. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. This is not a solicitation announcement; this is a Request for Information (RFI) only. This Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of an 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: The purpose of this project is to restore the degraded structure and function of a section of the Cuyahoga River system at Cuyahoga Valley National Park (CVNP) using modern principles of stream ecosystem restoration.� Our project area is located on the northern boundary of Summit County in Sagamore Hills Township immediately south of Vaughn Road and extending southward (upstream) to slightly north of Boston Mills Road. Our project will restore approximately 45% of the additional channel length required to reduce the slope to achieve equilibrium. Our objective is to restore the river and streamside habitat to a state that is naturally resistant to changes in channel slope, form, and dimensions without limiting natural erosion or other processes.� The design is to lengthen the riverbend from 200 ft to 1,450 ft, with an estimated 7,900 ft of additional upstream hydraulic impacts. The restoration thus benefits approximately 58% (9,350 ft) of the proposed post-restoration river length between Boston Mills and Vaughn Road (16,150 ft). Contract duration is estimated at 5 years. The estimated cost range is between $10,000,000.00 and $25,000,000.00. REQUESTED INFORMATION: This Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Provide firm�s name and BUSINESS SIZE, Contractor�s Unique Entity Identifier (formerly DUNS Number) and CAGE Code, address, point of contact, phone number, and e-mail address.� Contractors are 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)). 2. 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. 3. Describe the firm�s bonding capability.� Is your firm capable of obtaining a performance and payment bond for a construction project valued between the project�s magnitude of costs? 4. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope. NOTE: Total submittal package shall be no longer than 5 pages. Please only include a narrative of the requested information. SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Colleen Sullivan prior to 3:30 p.m. Eastern Time on October 18, 2024, via email to: colleen.m.sullivan@usace.army.mil with copy to Jeffrey G. Ernest at Jeffrey.G.Ernest@usace.army.mil.� In all correspondence, reference W912P425X11L0 Boston Mills Cuyahoga River Restoration. 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 email inbox. NEGATIVE REPLIES ARE WELCOMED. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7dc0b25c7ebf46719a2932f95fa0e5b9/view)
- Place of Performance
- Address: Peninsula, OH 44264, USA
- Zip Code: 44264
- Country: USA
- Zip Code: 44264
- Record
- SN07236426-F 20241010/241008230113 (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 |