SOURCES SOUGHT
Z -- SOURCES SOUGHT for POTENTIALDESIGN-BUILD CONSTRUCTION PROJECT. Provide design-build professional services, labor, materials, & equipment to design & construct a rock ramp for fish passage at Lock and Dam No. 1, Bladen County, NC.
- Notice Date
- 9/29/2009
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-09-S-CTW1
- Response Due
- 10/5/2009
- Archive Date
- 12/4/2009
- Point of Contact
- Charlenne Figgins, 910-251-4473
- E-Mail Address
-
US Army Corps of Engineers, Savannah
(charlenne.l.figgins@usace.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- SOURCES SOUGHT for Service Disabled Veteran Owned Small Businesses for POTENTIAL ACQUISITION OPPORTUNITY DESIGN-BUILD CONSTRUCTION PROJECT. Contractor shall provide all design-build professional services, labor, materials, tools and equipment to design and construct a rock ramp for fish passage at Lock and Dam No. 1 (L&D #1) located at Kings Bluff in Bladen County, North Carolina. Description of Work: The project site is approximately 39 river miles from Wilmington, North Carolina and 76 river miles from Fayetteville, North Carolina. It is easily accessible from North Carolina Highway 87, approximately 7 roadway miles northwest of Riegelwood, North Carolina. This structure is the first in a series of three locks and dams on the Cape Fear River above Wilmington, North Carolina and provides an 8-foot navigation channel from Wilmington to Fayetteville, North Carolina. The lock and dam was constructed in 1915 and raised three feet in 1935. The lock is made of concrete on wood pilings with a chamber 40 feet wide by 200 feet long. The vertical lift is 11 feet. The dam is a rock fill, timber crib structure with steel pilings, clay fill, and a concrete spillway. The dam is 275 feet long at elevation 11 feet above mean sea level (msl). The lock chamber wall is at elevation 21 feet msl. This rock structure would allow the anadromous shortnose sturgeon, as well as other anadromous fish, to migrate upstream to spawn. This fish passage method has been used on over 30 dams in the upper Midwest and was developed by Luther Aadland of the Minnesota Department of Natural Resources. The Corps has also constructed rock ramps. An example is the Riverside Dam on the Red River in Fargo, ND. This structure has been shown to pass all types of fish including sturgeon. Since this structure would essentially span the river so that the fish dont need to find a channel entrance; they would just follow the rapids over the dam. In an effort to enhance opportunities for Service Disabled Veteran Owned Small Businesses (SDVOSBs) we are conducting this preliminary market research to gauge the level of interest and capabilities of SDVOSBs with regards to a potential upcoming acquisition for a Design-Build Construction contract for this requirement. The findings of the preliminary market research will be used in considering a 100% set aside for SDVOSBs. The NAICS code for this acquisition is 237990. The Size Standard is $33.5 Million. The magnitude of this project is between $5,000,000 and $10,000,000. The project is subject to the availability of funds. REQUIRED RESPONSES: Your review of this information and response to the following questions will be very helpful in determining if this acquisition may be set-aside exclusively for competition among SDVOSBs. Please review the Description of Work carefully before responding to this e-mail. If the question is not applicable, please indicate N/R in your reply to that question: (Question 1) Has your firm, as a prime contractor, whether individually or through a formal joint venture, teaming agreement, or under subcontract to a Federal prime contractor, provided construction services for projects of similar size and scope as described in the brief description of project above including design-build? If yes, please provide the following information on your three most recent projects: (a) Contracting agency address and contracting officer's name and telephone number. (b) Contract Number, date and amount of award, date of completion. (c) Was your company the prime or a subcontractor? If you were a subcontractor provide the company name, telephone number, and a point of contact of the prime contractor. (d) Description of items/services provided under the contract. (e) If any bonding was provided, what was the amount of bonding? (f) If performance was as a subcontractor, please provide the name, address and telephone number of the point of contact at the prime contractor. (g) State whether or not there were any performance issues under the contract which resulted in the issuance of a Cure Notice or Show Cause Notice by the contracting officer. (Question 2) Please list all current contracts and amount of bonding provided for each contract (Question 3). If your responses to (1) and (2) above are in the affirmative, please provide the prices paid to your firm by the Federal Government or the Federal Governments prime contractor for construction services. If services were performed by your company for a commercial contractor, please indicate prices paid to your firm by the company. (Question 4) If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal, have you provided construction services to commercial sources? If so, please provide the specifics in terms of the largest customers of these services. If any bonding was provided, what was the amount of bonding? Please include any information relevant to any potential difficulties you note with complying fully with the Statement of Work and specifications. (Question 5) In order to determine if an acquisition can be set-aside for SDVOSB, the contracting officer must determine that there are a sufficient number of SDVOSB capable of performing the contract requirement and that award can be made at a reasonable, fair market price. To that end, please provide your firms individual and aggregate contract bonding capacity. Reply (Question 6) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics. (Question 7) Has your firm, or any firm that you would potentially joint venture or team with for a large acquisition of construction services or for any acquisition ever bid on a Federal acquisition and been determined non-responsible by the contracting officer and the U.S. Small Business Administration (SBA) failed to issue a Certificate of Competency to your firm or teaming partners when the matter was referred to SBA for review and consideration? (Question 8) Two-Phase Design-Build selection procedures will be used for this potential solicitation. These procedures are covered in the Federal Acquisition Regulations (FAR) 36.3. Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two. One contract will be awarded using competitive negotiation. Although this is a sources sought synopsis, are you interested in submitting a proposal for this requirement. Please e-mail your responses and any relevant information regarding specific performance or other qualifications regarding Design-Build Construction services requested, no later than Monday, October 5, 2009 at noon to Sherrel.s.bunn@usace.army.mil. THE EMAIL SHOULD BE ENTITLED, Design-Build L&D #1 Fish Passage Sources Sought Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this construction project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a SDVOSB set-aside award, or any other guarantee of award or acquisition strategy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-S-CTW1/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Wilmington District, Cape Fear Lock and Dam 1 996 Lock #1 Road Riegelwood NC
- Zip Code: 28456
- Record
- SN01974689-W 20091001/090930001020-ddc5ac1ac21bec22c76d8113a865456e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |