Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2025 SAM #8664
SPECIAL NOTICE

Z -- Market Survey/Sources Sought Notice

Notice Date
8/14/2025 6:46:35 AM
 
Notice Type
Special Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
W072 ENDIST CHICAGO CHICAGO IL 60604-1437 USA
 
ZIP Code
60604-1437
 
Solicitation Number
PANGLR-25-P-0000006073
 
Response Due
8/21/2025 2:30:00 AM
 
Archive Date
08/14/2026
 
Point of Contact
Kyle Smith, Phone: 3128465370
 
E-Mail Address
kyle.d.smith@usace.army.mil
(kyle.d.smith@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 BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of firms that are engaged in providing the services described hereunder for the Upper Wabash Asphalt Sealing and Striping Services at J. Edward Roush Lake, Salamonie Lake and Mississinewa Lake. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, 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 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: Under the proposed Contract, the contractor will be required to provide the following services:Asphalt Crack Sealing, Seal Coating (Fog Seal) Application and Asphalt Striping Services in the J. Edward Roush Lake, Salamonie Lake and Mississinewa Lake areas. Estimated Performance Period: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years.REQUESTED INFORMATION:All interested Small Businesses, certified HUBZONE, 8(a), Woman-Owned Small Business or Service-Disabled Veteran Owned Business contractors should respond to this market survey/sources sought via email no later than August 21, 2025, at 3:00 p.m. Central Time. The following requests are designed to apprise the US Army Corps of Engineers, Chicago District, of any prospective small business with seal coating (Fog Seal) application and asphalt striping services capabilities. Please provide your response to the following. The submission is limited to 4 total pages of information.This Agency requests that interested contractors to submit the following:1. Identification and verification of the company small business status.2. Contractors Unique Entity Identifier (UEI)) and CAGE Code(s).3. 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,. 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. a. Projects similar in scope/size to this project include:Asphalt Sealing and Striping Services.b. Based on the information above, for each project submitted, include:1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project.4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project.4. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firms own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished.NOTE: Total submittal package shall be no longer than 4 pages. Please only include a narrative of the requested information; additional information will not be reviewed.SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Kyle Smith to 3:30 p.m. (Central Time) on August 14, 2025, at 3:30 p.m., via email to: kyle.d.smith@usace.army.mil (ensure that the number and title of the Sources Sought Notice of PANGLR-25-P-0000 005872, Upper Wabash Asphalt Sealing and Striping Services Project is included in the subject line of the email). Any 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 Mr. Smith?s email inbox. NEGATIVE REPLIES ARE WELCOMED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/41ae7646240f49ebbf14dc76a4700fd1/view)
 
Place of Performance
Address: Multiple see Project description.
 
Record
SN07550833-F 20250816/250814230047 (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.