SOURCES SOUGHT
Z -- Sources Sought: Sand Hill River Structure 4
- Notice Date
- 1/20/2016
- 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, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-16-SS-0010
- Archive Date
- 2/20/2016
- Point of Contact
- Aragon Liebzeit, Phone: 6512905418
- E-Mail Address
-
aragon.n.liebzeit@usace.army.mil
(aragon.n.liebzeit@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE), St. Paul, Minnesota District is seeking small business sources for the Sand Hill River Fish Passage Structure 4 project. The work site is approximately 6-10 miles west of Fertile, MN (Polk County). Our intent is to issue an Invitation for Bids (IFB) in approximately June 2016 for the award of one firm-fixed-price contract. Using USACE supplied plans and specifications, the contractor will complete the follow Summary of Work: The project consists of in water work to place rock fill at a concrete grade control structure located 250 feet upstream (east) of the 442nd Street SW bridge over the Sand Hill River. The work will extend approximately 200 feet downstream of the structure and 120 feet upstream of the structure. The project also consists of reshaping/cutting portions of the concrete drop structure. R140 riprap will be placed in the channel below the ordinary high water mark and R45 will be used on the channel side slopes above the ordinary high water mark. The actual quantity and type of rock required will be detailed in the specifications, once issued. The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction with a size standard of $36.5M. The estimated magnitude of construction is between $500,000 and $1,000,000; the contract will require 100% performance and payment bonds. Only those firms responding to this announcement by submitting the following information will be used in determining whether to set aside this requirement for small business firms. In order for your response to this sources sought to be considered, you must provide all of the following: 1) A capability statement expressing your firm's interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel or potential subcontractors. 2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work and construction magnitude. Include a point of contact name, phone number and email address. 4) A statement of your firm's bonding capacity. A statement from your surety is not required. 5) A statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), Small Disadvantaged, VOSB, or Woman-Owned) with regards to the NAICS code listed above. 6) Cage Code and DUNS number (for your firm and any potential subcontractors or partners). Submit this information to Mr. Aragon Liebzeit, Contract Specialist, 180 5th St. E, Suite 700, St. Paul, MN, 55101 or via email to Aragon.N.Liebzeit@usace.army.mil. Your response to this notice must be received, in writing, on or before 4:30 PM (local time) on February 5, 2016. This sources-sought announcement is used to identify small business concerns with the capability to accomplish the work. This is not a solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-16-SS-0010/listing.html)
- Place of Performance
- Address: Fertile, Minnesota, United States
- Record
- SN03996153-W 20160122/160120234445-efb55efc46e285b110602eaca42b6dc2 (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 |