SOURCES SOUGHT
Y -- Montevideo Stage 2, Montevideo, Minnesota
- Notice Date
- 10/14/2009
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
- ZIP Code
- 55101-1638
- Solicitation Number
- W81G67-91-21-1111
- Response Due
- 10/28/2009
- Archive Date
- 12/27/2009
- Point of Contact
- Patricia M. Simon, 651-290-5418
- E-Mail Address
-
US Army Engineer District, St. Paul
(patricia.m.simon@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, St. Paul District Contracting Division, has a requirement for work in Montevideo, Minnesota, and is seeking interested sources from HUBZone, Service-Disabled Veteran-Owned, and 8(a) small business concerns that are both capable of providing the work required and have the capability to obtain bonding in the amount of $7 million. The Statement of Work is as follows: Montevideo Stage 2 work consists of but is not limited to the following Base Contract and 3 Options. BASE Contract: 1. Highway 212 road raise of approximately 5,600 LF consisting of 2 lanes with shoulder, turning lanes, guard rail, Gatewell for 72 inch RCP, fairground & driveway accesses, removals, signs, and detour. 2. County Road 42 realignment, road raise, and removals of approximately 1,100 LF to meet the raised Highway 212. 3. South Tie back levee with entrance/exit driveway (approximately 750 LF). 4. Parkway Dr. road raise (approximately 225 LF). OPTION 1: Raise existing levee at Wastewater Treatment Plant area (approximately 760 LF), riprap, Gatewell 4, pumping pit, manholes, 24 inch RCP, relocation of city owned pumps, electric service and removals. OPTION 2: Pump Station 1 with approximately 1100 LF of levee, 800 LF of Steel Sheet Pile, 48 inch RCP, Pumps and control panel, electric service, security fence, and riprap. OPTION 3: Raise portion of Gravel Road as part of the 1969 Levee (approximately 300 LF), Gatewell 3, 24 inch RCP, catch basin, manhole, removals and riprap. The estimated price range for this project is between $5 million and $10 million. The North American Industry Classification System (NAICS) code is 237990 with a small business size standard of $33.5 million. This is not a request for proposals, but instead market research to determine interested HUBZone, Service-Disabled Veteran-Owned, and 8(a) small business concern sources prior to issuing the solicitation. The purpose of this Sources Sought Notice is to obtain an indication of interest among HUBZone, Service-Disabled Veteran-Owned, and 8(a) small business concerns in Minnesota and other states, and obtain capability information of those interested sources. A determination by the Government on the method of competing this requirement has not been established. The Government will not award a contract based on this Sources Sought Notice, the information received, nor reimburse participants for the information they provide. If you are an interested HUBZone, Service-Disabled Veteran-Owned, or 8(a) small business concern, please provide the following information: 1). HUBZone, Service-Disabled Veteran-Owned, or 8(a) small business name and Point of Contact; 2). DUNS number and CAGE code; 3). provide evidence of HUBZone, Service-Disabled Veteran-Owned, or 8(a) small business concern status; and 4). a brief Statement of Capability (no more than 10 pages) which demonstrates the ability to meet the requirements specified in the above statement of work as well as bonding capability. Also include any past performance information on Government contracts of similar size and scope. Electronic responses are preferred and telephonic requests for information will not be honored. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the Government not to compete this proposed contract action based on this notice is solely within the discretion of the Government. Responses are due no later than 5:00 p.m., Central Standard Time, on 28 October, 2009, to the attention of Patricia M. Simon, Contract Specialist, via e-mail to patricia.m.simon@usace.army.mil or by fax to 651-290-5706.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W81G67-91-21-1111/listing.html)
- Record
- SN01985409-W 20091016/091014235212-c0a2f6c81c600e4fd9b2a913febd7735 (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 |