Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2025 SAM #8447
SOURCES SOUGHT

99 -- Rio de La Plata Flood Control Project, North Coast Super-Aqueduct Relocation Project in Dorado and Toa Baja, Puerto Rico

Notice Date
1/10/2025 11:11:48 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SR TF VIPR SAN JUAN PR 00918-0000 USA
 
ZIP Code
00918-0000
 
Solicitation Number
W51DQV25R0005
 
Response Due
2/10/2025 9:00:00 AM
 
Archive Date
02/25/2025
 
Point of Contact
Samuela Adams
 
E-Mail Address
samuela.y.adams@usace.army.mil
(samuela.y.adams@usace.army.mil)
 
Description
THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS, AND DRAWINGS ARE NOT AVAILABLE. The U.S. Army Corps of Engineers, Caribbean District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Indefinite Delivery Contract For Rio de La Plata Flood Control Project, North Coast Super-Aqueduct Relocation Project in Dorado and Toa Baja, Puerto Rico Within the Boundaries of the Caribbean District. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code for this proposed acquisition is 237990, Other Heavy and Civil Engineering Construction. The small business size standard for NAICS 237990 is $45 Million. THIS IS NOT A SOLICIATION FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE. Submission of any information in response to this market survey is purely voluntary; no reimbursement will be made for any cost associated with providing information in response to this Sources Sought. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Heavy and Civil Engineering Construction Community to include Small Disadvantage Business including firms participating on 8(a) Business development Program, Service-Disabled Veteran owned Small Business (SDVOSB); Veteran Owned Small Business, HUBZone Small Business, Small Business concern, Woman-Owned Small Business, or Economically Disadvantaged Woman-Owned Small Business and Other than Small Business Community (Unrestricted). The Government must ensure there is adequate competition among the potential pool of responsible contractors. This scope of work for the Rio de La Plata Flood Control Project, North Coast Super-Aqueduct (NCSA) Relocation Project includes relocation of approximately 1,000 feet of the NCSA to perform channel improvements in the area north of Highway PR-22 as part of a future project. The NCSA is a 72-inch diameter prestressed concrete cylinder pipe (PCCP) waterline that provides potable water from Arecibo to San Juan and is owned by the Puerto Rico Aqueduct and Sewer Authority (PRASA). The relocated NCSA will be 72-inch welded steel pipe (WSP) installed between a parallel steel sheet pile system. Steel and high-density polyethylene (HDPE) temporary bypass pipes will be installed to minimize service interruptions during construction and provide flexibility of operation for future maintenance and/or repairs by PRASA. Work will require significant coordination with PRASA during construction. Current Order of Magnitude: Between $25,000,000.00 and $100,000,000.00 The contract will be Fully Funded for an FY25 award using 100% federal funding. The project will have an estimated period of performance of approximately 560 calendar days after receipt of the Notice to Proceed (NTP). Firm�s response to this Synopsis shall be limited to 15 pages and shall include the following information: 1. Firm�s name, address, a main point of contact (POC) telephone number, POC e-mail address, firm�s website if any, CAGE Code and UEI number, Company Size (Small or Large), in accordance with NAICS 237990. 2. Firm�s interest in proposal/bidding on the solicitation when it is issued. 3. Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute comparable work performed within the past 5 years: This may and should be tailored specifically to the scope described above. Brief description of the work, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) � provide at least 3 examples. 4. Firm�s business category, Other than small (Large), and if a Small Business, specify if your company is any of the following: Small Business, Small Disadvantaged Business including firms on the 8(a) Business development Program, Service-Disabled Veteran Owned Small Business (SDVOSB); Veteran Owned Small Business, HUBZone Small Business, Small Business concern, Women-Owned Small Business, or Economically Disadvantaged Women-Owned Small Business. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable � existing and potential. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. --IMPORTANT: Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Email is the preferred method of submission to the sources sought. No hardcopy or facsimile submission will be accepted. Submission Instructions: Interested Firms who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought no later than 12:00 PM ET, 10 February 2025. All responses under this Sources Sought Notice must be emailed to the attention of Samuela Y. Adams at Samuela.Y.Adams@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov. If you have any questions concerning this opportunity, please contact: Samuela.Y.Adams@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8cca59861fc04a61b05154b6a09d3271/view)
 
Place of Performance
Address: San Juan, TX, USA
Country: USA
 
Record
SN07310161-F 20250112/250110230108 (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.