MODIFICATION
Y -- Sources Sought Chehalis Revetment Repair - Sources Sought
- Notice Date
- 2/24/2016
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-16-B-0008
- Archive Date
- 3/24/2016
- Point of Contact
- Sara Edwards, Phone: 206-764-6070
- E-Mail Address
-
Sara.Edwards@usace.army.mil
(Sara.Edwards@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Pt. Chehahlis Revetment Repair Point of Contact: Contract Specialist Sara Edwards at sara.edwards@usace.army.mil PR&C No: W68MD960396918 Title and Location: FY16 Pt. Chehalis Revetment Repair, Westport, WA FSC Code: Z1PZ NAICS Code: 237990 Type of Set-a-Side: N/A Response Date: March 9, 2016 This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be between $1 million and $5 Million. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction - Revetment Construction, and the associated small business size standard is $36,500,000. Summary of Scope of Work (SOW): U.S. Army Corps of Engineers (USACE), Seattle District, requires repairs to a portion of the Point Chehalis Revetment located in Westport, WA. Work includes procurement, delivery, and placement of new underlayer filter stone, core/chinking material, and armor stone, and reworking/relocating relic armor stone as needed from the leeside of the revetment. The repair areas are referred to as Damage Area 2 (approximately Sta 13+00 to Sta 11+50) and Damage Area 1 (approximately Sta 10+00 to Sta 8+00) and constitute approximately 350 linear feet. The cross-sectional work area as designed is from +5 feet Mean Lower Low Water (MLLW) at the toe to +25 feet MLLW at the crest of the revetment. Preliminary quantities are estimated to be 640 tons of underlayer filter stone; 640 tons of core/chinking stone; and 6,400 tons of armor stone. The contractor will also be responsible for surveying the repair areas to ensure stone placement conforms to the specified elevations on the plans. The work window for this work is 16 July 2016 through 14 February 2017. However, it is expected that the contractor will need to complete the work prior to October 2016 due to adverse seasonal weather conditions at the project site. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address (mailing and URL), point of contact, phone number, email address. 2. Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 3. Provide three (3) previous projects as the Prime Contractor demonstrating the firm's experience with (a.) engineered placement of large stone on civil projects, (b.) the firm's ability to comply with engineering testing requirements for the stone, (c.) exercising quality control over quarry production and large stone, and (d.) working in marine conditions. Each project shall contain the name and location of the project, customer, date of completion, dollar value of project and a detailed description of the project demonstrating work of similar size, scope and complexity as this project. 4. Firm's interest in bidding on the solicitation if issued. 5. CAGE code and DUNS number. 6. Firm's Joint Venture Information, if applicable. 7. Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate b. Proof the contractor can provide bonding for the maximum amount of the magnitude of construction range. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Point of Contact for the Bonding Company. g. Other commitments that might interfere with performance of the contract. Responses to this Synopsis will be shared with the Government Project Team, but otherwise will be held in strict confidence. All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under this sources sought announcement. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 5:00 pm (Pacific Time) on 9 March 2016. Submit responses to the attention of Sara Edwards, Contract Specialist, by email: sara.edwards@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-02-23 11:21:53">Feb 23, 2016 11:21 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-02-24 12:04:45">Feb 24, 2016 12:04 pm Track Changes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-16-B-0008/listing.html)
- Place of Performance
- Address: Chehalis Revetment Repair, Westport, Washington, United States
- Record
- SN04029985-W 20160226/160224235204-97c46013c4eb7fc6b3fec4091c87d039 (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 |