Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2025 SAM #8444
SOURCES SOUGHT

Y -- Sources Sought - MS River MI 616-326 AHP, Stone Repairs to Revetments and Dikes, FY25, FC/MR&T, Channel Improvement Program, Indefinite Delivery/Indefinite Quantity (ID/IQ)

Notice Date
1/7/2025 8:11:08 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W07V ENDIST VICKSBURG VICKSBURG MS 39183-3435 USA
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE25BA004
 
Response Due
1/22/2025 12:00:00 PM
 
Archive Date
02/06/2025
 
Point of Contact
Kasey Davis, Phone: 6016317243, Robert Ellis Screws, Phone: 6016317527
 
E-Mail Address
Kasey.T.Davis@usace.army.mil, Ellis.Screws@usace.army.mil
(Kasey.T.Davis@usace.army.mil, Ellis.Screws@usace.army.mil)
 
Description
W912EE - The USACE Vicksburg District is seeking to identify qualified and capable contractors with the capability and capacity to perform the scope-of-work indicated, who are capable of mobilizing immediately with sufficient floating plant to meet the stone placement production rates required. The Vicksburg District is seeking to advertise to award a two-year Single Award Task Order Contract (SATOC) with an estimated capacity of $30,000,000 with a minimum guarantee of $8,000,000. This procurement will require 100% bonding for all task orders issued under this award. The work to be performed is described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 237990-Other Heavy and Civil Engineering Construction, and the related small business size standard is $45.0M. This notice is not a request for proposal and the information presented in this announcement will not obligate the U.S. Army Corps of Engineers in any manner. PROJECT SPECIFIC DETAILS: Work Location: Mississippi River, River Miles 616 and 326 A.H.P.- Stone Repairs The work consists of furnishing all plant, labor, materials, and equipment needed, and performing all stone repairs to revetments and dikes at various locations on the Mississippi River between Miles 616 and 326 A.H.P. Principal features of work include grading; earth or sand fill, and subgrade excavation; stone paving, stonefill and subaqueous stone placement; removing pavement; breaking out paving; rearranging disarranged concrete paving; degrading of stone along revetments and/or stone bendway weirs; repair to dikes, including placement of stone fill in specified areas of minor damage and stone paving protection; and environmental protection. In addition, some stone dike locations will require extensive stone repairs. This work will be performed in the Mississippi River and varying water depths, usually over 20 feet, and strong currents may be encountered. Currents usually encountered at the sites of the work during low water period may vary from about one mile per hour to six miles per hour, but could be higher. The Contractor shall be required to (a) commence work within 10 calendar days after the date of receipt of Notice to Proceed, (b) prosecute the work diligently, and (c) complete the work ready for use not later than the time required to complete the entire project by maintaining an average stone placement rate of not less than 800 tons of stone placement per calendar day for revetment stone repair, 1,200 tons of stone placement for dike stone repair, and 400 tons of stone placement for large dike bank head repair, The Contractor shall be competent in placing Stone on the Mississippi River in rapid flowing river conditions with varying water depths. The estimated tonnages are based on the best information available at this time and may vary due to site conditions. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, and email address. 2. CAGE code and UEI. 3. Firm's interest in participating in the solicitation, if issued. 4. 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). 5. Firm's joint venture information (if applicable). 6. Bonding information (provide bonding limits on the bonding company's letterhead): a. Single bond b. Aggregate c. Point of contact for the bonding company 7. If depending on sub-contractor capability the interested party shall submit a letter of commitment from the sub-contractor. 8. Equipment list of floating plant capable of performing the scope-of-work. 9. Interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and capability to meet all requirements stated above. Include your firm�s capability to execute comparable work performed within the past 5 years. The provided information shall include the following: a. Brief description of the project b. Customer contact information c. Outcome of the project c. Timeliness of performance e. Dollar value of the completed projects Capability Statements shall describe past work experience and capability of work that your firm has performed as the Prime Contractor in the areas listed below, that were performed under one 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. Detail what work was self-performed and what percentage of work was subcontracted. At least three (3) projects should be provided to demonstrate competency and experience in the required areas of work. Narratives shall be no longer than ten pages. Areas of work involving characteristics that are similar to the types of work described herein: � River-based training structure construction and repair in conditions such as would be encounter on the Mississippi River (deep water and strong currents). � Construction on a commercially active navigation channel � Placing Graded Stone A (5,000-pound maximum size stone) � Monitoring surveys � Developing quality assurance project plans � Under water stone paving in over 20-feet depths TECHNICAL QUESTIONS: 1. Describe similar projects you have experience constructing that demonstrate your capabilities to successfully perform this contract. 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 what experience you have as a prime contractor managing similar contracts. 2. What features of work would you self-perform and what features of work would you subcontract out? 3. What equipment do you or your subcontractor own and what equipment would you have to lease in order to successfully perform this contract? 4. What stone source quarries would you work with to ensure consistent stone supply and delivery during construction to meet the production rates stated in the sources sought notification? 5. Do you currently employ any key field management personnel such as superintendents, quality control, or SSHO's with experience placing stone for construction or repair of stone dikes and revetments in strong currents similar to the scope provided with the Sources Sought Notice? If so, please provide a brief description of their roles and relevant experience. SUBMIT TO: Submission shall be via email to Kasey T. Davis, Contract Specialist at Kasey.T.Davis@usace.army.mil and copy furnish R. Ellis Screws, Contracting Officer, at Ellis.Screws@usace.army.mil. Responses should be sent as soon as possible, but not later than 2:00 PM Central Time, Wednesday, 22 January 2025. Please use the following subject line for the email: �PANMVD-25-P-0000-2191 � Stone Repairs FY25�. Telephone inquiries will not be accepted or acknowledged. All interested firms must be registered in the System for Award Management (www.SAM.gov) and maintain an active registration for the duration of the contract to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8e5e23b609014b9681ea97fb0bd290dd/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN07307390-F 20250109/250107230116 (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.