Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2010 FBO #3102
SOURCES SOUGHT

Y -- GREEN BROOK FLOOD DAMAGE REDUCTION PROJECT SEGMENT B-1, SEBRINGS MILLS ROAD BRIDGE RECONSTRUCTION, FLOODWALL, LEVEE, AND PUMP STATION, MIDDLESEX AND GREEN BROOK, NJ

Notice Date
5/21/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-10-S-0012
 
Response Due
6/4/2010
 
Archive Date
8/3/2010
 
Point of Contact
Nicholas Emanuel, 9177908069
 
E-Mail Address
USACE District, New York
(nicholas.p.emanuel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION. The purpose of this announcement is to gain knowledge of potential business sources; with specific interest in small business, certified 8(a), certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for work on a bridge reconstruction, pump station, floodwall, and levee construction contract. The NAICS Code is 237990 (size standard $33.5 million average annual receipts for preceding three fiscal years). No awards will be made from the responses to this synopsis. No solicitation will be available at this time. Responses will be used to determine appropriate acquisition decisions for a future procurement. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for reconstruction of Sebrings Mills Road Bridge, and construction of a floodwall, levee, and pump station in the Borough of Middlesex and Green Brook Township, NJ as part of the Green Brook Flood Damage Reduction Project. This project includes raising and widening the existing single span bridge while using the existing abutments. Approach roadways will be regraded and one or more residential structures adjacent to the bridge will be demolished. There will be 1900 linear feet of floodwall, consisting of I-walls, composite sheet pile and concrete walls with soldier piles, and T-walls with micro-pile foundation. The floodwall will vary in height up to 16 feet above the existing ground surface elevation. There will be 1000 linear feet of levee having 2.5:1 side slopes with a height that varies from approximately 16 feet above the existing ground surface elevation to approximately 18.5 feet above the existing ground surface elevation. The levee top width will be 10 feet wide and will be paved. Levee tie-off at the upstream end of the project will consist of stacked gabions on a 4:1 stepped grade. Along the levee section, a 100 cfs pump station will be constructed. The pump station will consist of pump bay, pumps, discharge channel, sluice gates, flap valves, trash rack, debris screens, slide gates and a pump station control building, including a generator room and an electrical room. The building will be one-story high, located along the top of levee. An above ground diesel storage tank will be installed. A drainage ditch will be constructed along the levee/flood wall to convey interior drainage water to the pump station. The levee/floodwall will contain drainage structures consisting of manholes, drainage pipes, sluice gates and flap valves. Additional project features include utility relocations, fencing, soil erosion and sediment control measures and landscaping. The estimated construction cost is between $10 million to $20 million. OPERATIONAL CONSTRAINTS The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project. The Contractor will be required to coordinate with all involved utilities concerning the utility relocation detailed designs and phasing. The Contractor shall prepare and submit a site-specific safety and health plan to the government for approval prior to mobilization. SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors project execution capabilities. Please provide your response to the following questions. At the end of this survey you will be asked to provide your comments. General 1)Have you ever worked on bridge construction similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number. 2)Have you ever worked on the construction of floodwalls (I-walls, composite sheet pile and concrete walls with soldier piles, and/or T-walls with micro-pile foundation) similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number. 3)Have you ever worked on the construction of a pump station similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number. 4)Would you be willing to bid on the project described above? If the answer is No, please explain why not? 5)Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? 6) Is there a dollar limit on the size contract that you would bid? 7)What are the largest bridge construction contracts (in dollar amounts) on which you were the prime contractor? 8)What are the largest floodwall construction contracts (in dollar amounts) on which you were the prime contractor? 9)What is the largest construction contract involving micropiles on which you were the prime contractor? 10)What are the largest levee construction contracts (in dollar amounts) on which you were the prime contractor? 11)What are the largest pump station construction contracts (in dollar amounts) on which you were the prime contractor? 12)What is your bonding capacity per contract? What is your total bonding capacity? 13)What experience do you have with coordination of utility relocations including cable, telephone, electric, gas, sewer and water? 14)What experience does your firm have with implementing traffic detours on County roads and bridges? 15)Is your company a small or large business as defined by the SBA? Are you classified as a certified 8(a), certified HUB Zone, or Service-Disabled Veteran-Owned Small Business (SDVOSB)? Equipment 16)What type of heavy construction equipment do you own and/or operate that is suitable for the work described? For each item of equipment that you list, please specify its load capacity, modifications and any other relevant characteristics. 17) Contractors Comments or Recommendations Please provide, if any. Please note that this notice is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Submit three (3) Survey Questionnaires to: Attn: Nicholas P. Emanuel, CENAN CT, Rm. 1843, US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278 OR FAX TO: (212) 264-3013 OR EMAIL TO: Nicholas.P.Emanuel@usace.army.mil Survey Questionnaires will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-S-0012/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02156467-W 20100523/100521235010-863526cd828fff2e35cc7717061660f6 (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 |
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.