SOURCES SOUGHT
Z -- Yukon Water and Sewer System Improvement
- Notice Date
- 11/17/2015
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: CESWT- CT, 1645 South 101st East Avenue, Tulsa, Oklahoma, 74128-4609, United States
- ZIP Code
- 74128-4609
- Solicitation Number
- W912BV-16-R-0057
- Archive Date
- 12/17/2015
- Point of Contact
- Brian Hutchison, Phone: 9186697426
- E-Mail Address
-
brian.c.hutchison@usace.army.mil
(brian.c.hutchison@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS For Water and Sewer System Improvement at Yukon, OK This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award the water and sewer system improvement project for the city of Yukon, Oklahoma. Proposed project will be a small business, firm-fixed price contract. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community. The Government is seeking qualified, experienced sources capable of performing all construction work to include all investigation, research, travel, plant, materials, equipment, labor, instruments, tools, subcontractors, supervision, and management to complete the work. The project is located in Yukon, Oklahoma and includes two (2) sites. The first is along Frisco Road between Vandament Avenue and US 66/Main Street. The second site is north of US 66 and east of State Highway 4 in Ranchwood Hills Housing Addition. This will be a total turnkey contract with all the work being performed by the contractor. The scope of work shall include the following items, but is not necessarily limited to the items shown below: 1. Provide and install 12" waterline 2. Furnish and install one million gallon composite water tower and construct parking lot 3. Burst existing sanitary sewer lines 4. Rehabilitate existing manholes 5. Locate and connect existing sewer service lines. All work shall be in accordance with the requirements of 29 CFR 1910, 29 CFR 1926, EM 385-1-1, latest editions, and other references as listed herein and applicable. The estimated construction price range for this project is between $1,000,000 and $5,000,000 The North American Industry Classification System code for this procurement is 237990. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated RFP issuance date is on or about 22 January 2016, and the estimated proposal due date will be on or about 22 February 2016. Firm's response to this Synopsis shall include the following information (there is no page limitation): 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in 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 construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) 4. Firm's Business Size -list all applicable set asides 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firm's shall respond to this Sources Sought Synopsis no later than 1400 on 02 December 2015. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Brian.c.hutchison@usace.army.mil or through AMRDEC Safe Site at https://safe.amrdec.army.mil/safe/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV-16-R-0057/listing.html)
- Place of Performance
- Address: Yukon, Oklahoma, United States
- Record
- SN03948306-W 20151119/151117235015-4a1d5e7732f3f7479e97f295db09dec8 (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 |