Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2024 SAM #8423
SOURCES SOUGHT

Z -- Sources Sought: John Day Transportation and Site Access.

Notice Date
12/17/2024 2:26:15 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W071 ENDIST PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N25SS0004
 
Response Due
1/6/2025 3:00:00 PM
 
Archive Date
01/21/2025
 
Point of Contact
Aragon Liebzeit, Phone: 5038084610, Cory Pfenning
 
E-Mail Address
aragon.n.liebzeit@usace.army.mil, cory.r.pfenning@usace.army.mil
(aragon.n.liebzeit@usace.army.mil, cory.r.pfenning@usace.army.mil)
 
Description
General. This is a Sources Sought and is for informational/market research purposes only. This is not a Request for Proposal, Quotation, or Invitation for Bid, nor a synopsis of a proposed contract action under FAR subpart 5.2. The purpose of this Sources Sought is to gain knowledge of the interest, capabilities, capacity, and qualifications of industry so the government can make informed business decisions. We are seeking responses from both large and small businesses, including Small Business, Small Disadvantaged Businesses, 8(a) firms, Historically Underutilized Business Zone (HUBZone) firms, Woman-Owned Small Business (WOSB) concerns, Economically Disadvantaged Women-Owned Small Business (EDWOSB) firms, Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns and Veteran Owned Small Business (VOSB) entities. All interested parties are highly encouraged to respond. The North American Industrial Classification Code (NAICS) for this requirement is 237310; Highway, Street, and Bridge Construction. The related size standard is: $45M. Project Background. The U.S. Army Corps of Engineers (USACE) Portland District (NWP) intends to issue a two-phase design-build solicitation. Phase 1 will include the scope of work and phase 1 evaluation factors. The most highly qualified offerors selected from phase 1 (we anticipate selecting up to 4 offerors during phase 1 but this is subject to change) will receive the phase 2 solicitation and evaluation factors. NWP contemplates awarding one firm-fixed-price design-build construction contract to the responsible phase 2 offeror whose proposal represents the best value. Project Location. The construction work will be performed at John Day Dam. Contractor access to the work site is on the Oregon side from exit 109 on I-84 and John Day Dam Road. Project Purpose. Improve site access and security at the John Day Dam. Project Scope. Work includes but is not limited to the complete design and reconfiguration of portions of the road going to John Day Dam from I-84 to accommodate larger and heavier equipment and increase the security boundary on the Oregon entrance side of the John Day Dam. Design and build an Auxiliary Monitoring Station (AMS) and check point station with canopy outside of the current security boundary. The phase 2 successful offeror will provide design analysis, plans, and specifications, execute construction, and provide a turnkey AMS structure. Earthwork is anticipated to begin while the design is in progress and before the AMS design is complete. Road and parking construction may be allowed to start before AMS design completion. Project Objectives. Design the work. Provide final plans and specifications. Construct the work. Commission the work. Meet project schedule requirements. Anticipated Construction Schedule. NWP intends to solicit phase 1 in approximately June of 2025 and award before February 2026 with required construction completion currently anticipated in March of 2028. Magnitude of Construction. The current magnitude of construction is between $5M and $10M. Anticipated Source Selection Process. 2-phase design-build pursuant to FAR 15 and FAR 36.3. Project Specific Constraints and Challenges. Security operations shall not be impeded during construction and care must be taken to minimize delays for other contractors and site personnel. Visitor access to the shoreline visitor parking lots must be maintained at all times. Submission Instructions. Responses to this Sources Sought notice shall be submitted electronically (via email) with the following included in the subject line: Sources Sought W9127N25SS0004: John Day Transportation and Site Access. Please send your email to Aragon Liebzeit, Contract Specialist, at Aragon.N.Liebzeit@usace.army.mil before 3:00 pm PST on 06 January 2025. Submission Content. Responses to this Sources Sought shall be limited to 8 pages and shall include the following information: Firm's name, address, point of contact, phone number, e-mail address, CAGE and Unique Entity ID. Socio-economic business category if applicable. An explanation of the prime firm�s capabilities, special qualifications/certifications and equipment and describe the work to be self-performed as it pertains to the proposed scope of work. Firm�s design and construction capabilities related to roads and vertical construction. Firm's Joint Venture information if applicable - existing and potential. Firm's Bonding Capability in the form of a letter from Surety. Firm's interest and the likelihood in formally responding to the solicitation once issued. Provide a minimum of 1 project example and a maximum of 3 project examples of similar size, scope and complexity to the project scope provided in this Sources Sought. For Joint Ventures, please include projects completed by the Joint Venture entity if applicable. Include the following information with your submission of the similar project(s) your firm has completed: Project Title Contract Number Contract Award Date Customer name, phone number and email address Indicate if your firm was the prime contractor or a subcontractor. Please provide the prime contract number if your firm was a subcontractor. Indicate if your firm was involved in the design and/or construction or both Award value Final contract value Initial contract completion date Final contract completion date Please indicate the client�s satisfaction with the completed project Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's capabilities to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to have size status considered. You must remain active for the duration of the solicitation process to be eligible for award of a Government contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/80521bfc9ad5499890f432d43ec984cb/view)
 
Place of Performance
Address: Rufus, OR, USA
Country: USA
 
Record
SN07295173-F 20241219/241217230125 (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.