SOURCES SOUGHT
Z -- Certified Service Disabled Veteran, Women-Owned, HUBZone and Small Business Concerns Sources Sought for Scour Closure Repair near Marked Tree, AR
- Notice Date
- 4/8/2016
- 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, Memphis, Attn: CEMVM-CT, 167 North Main Street, Room B-202, Memphis, Tennessee, 38103-1894, United States
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-16-SB-0002
- Point of Contact
- Karen J. Brady, Phone: 9015444146, Priscilla Gary Sweeney, Phone: 9015443117
- E-Mail Address
-
Karen.j.brady@usace.army.mil, priscilla.g.sweeney@usace.army.mil
(Karen.j.brady@usace.army.mil, priscilla.g.sweeney@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought issued for market research to determine the availability and technical capability exclusively of both Small Businesses and the small business sub categories of Certified HUBZone, Service Disabled Veteran and Women-Owned concerns to provide Dam 10 Scour Repairs for St. Francis Lake Control Structure near Marked Tree, Poinsett County, Arkansas. This market survey is 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. The purpose of this synopsis is to gain knowledge of small business' interest, capabilities and qualifications to compete and perform a firm fixed price construction contract. The project is to furnish all plant, labor and materials for installation of a stone closure to regain hydraulic control of St. Francis Lake. Work includes all work and improvements to allow stone delivery to the site between ditches 60 and 61 near Marked Tree, AR; place graded riprap up to R2200 in the scoured channel to repair the bank failure; armor downstream and adjacent banks; and install stone erosion control measures parallel to the access road. Mandatory Site Visit : Due to the complexity of this procurement, a mandatory site visit has been schedule and contractors are highly encouraged to attend prior to submitting their capabilities. The project includes some unique attributes, specifically the project access, the handling of large stones, placing stones in water, and working in a designated Floodway and grout all of which will be highlighted during the site visit. The site visit is scheduled for Wednesday, April 13, 2016 at 10:00 am. The location to meet is the St. Francis Lake Control Structure, NW of Marked Tree, AR. Directions: From US 63N or US 63S, take Payneway Exit (AR HWY 14) east. Turn right (south on Neale Payne Lane). In ¼ mile, turn left (east) onto Cottonwood Road. In ½ mile, merge onto New Dam Road atop the levee. Follow the levee north for 2 miles to the Control Structure. The point of contact for the site visit is Mark Mazzone ( Mark.B.Mazzone@usace.army.mil, phone 901-544-3482 (work), 901-238-6370 (mobile). a. Project access. The contactor will be required to overcome weight limits and poor roadbeds that prevent fully-loaded over-the-road dump trucks from directly accessing the site. The performance specifications allow different options for project access, to include conventional road improvements, low-water crossing, a temporary fixed or floating bridge, or light-loading trucks. The ability of a contractor to cost effectively access the site in any particular way depends on their specific expertise b. Handling large stone. The contractor will be required to handle R2200-graded stone with a reach up to 60'. R2200 is graded to include stone weighing 130-2200 lbs. (or slightly larger). The gradation must be maintained during handling. This requires special expertise and equipment to cost effectively transport and place large stone. c. Placing stone in water. The contractor will be required to place the first 12 vertical feet of stone under moving water. This requires special expertise and equipment to cost effectively place and measure stone underwater. d. Working in a designated Floodway. The contractor will be working inside the Oak Donnick Floodway, an important component of the St. Francis Basin project that conveys water from SE Missouri and NE Arkansas to the Mississippi River near Helena. Large storms can cause rapid changes in stages that have the potential to flood the bottomlands inside the Floodway, including the project site. A potential contractor would be knowledgeable and experienced in these working conditions. e. Grout. There is a requirement for grouted riprap that is unique from most earth or stone contracts the District awards. Reponses are solicited only from small businesses and certified HUBZone, Service Disabled Veterans and Women-Owned small business concerns that are interested, capable, and qualified to respond to this sources sought synopsis after attending the site visit. The Government is requesting interested contractors who attended the site visit to furnish the following information: (1) Company name, address, point of contact, telephone number, and e-mail address; (2) Type of Small Business; (3) State your firm's bonding capacity as of the date of your response. All responses will be reviewed for preliminary planning purposes in determining future acquisition strategy. (4) State what percentage of this work and what items of work you will self-perform and specify your subcontractors. (5) Provide no more than five (5) references, of the most recent and relevant contracts, performed within the last ten (10) years of work that is the same or similar in nature--at least 3 of the 5 must involve the unique attributes of this project. Specifically, your (a) ability to cost effectively overcome weight limits and poor roadbeds that prevent fully-loaded dump trucks from directly accessing a site; (b) your ability to handle large stones and place them in water; and (c) your ability to work in a floodway. Include the name, address, telephone number, and e-mail address of references. Also provide a brief description of the work performed, contract number, total contract value, and period of performance. Submission of information should be limited to not more than ten (10) pages. As a small business and certified HUBZone, Service Disabled Veteran or Women-Owned Small Business, provide affirmation that your firm can comply with the following minimum requirements: FAR 52.219-14, Limitations on Subcontracting, requires that a small business concern perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The North American Industrial Classification System (NAICS) Code applicable to this requirement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this requirement is $36.5 million. The estimated value of the work is between $1,000,000 and $5,000,000. Offerors must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. For additional information regarding this solicitation please contact Karen J. Brady at (901) 544-4146.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-16-SB-0002/listing.html)
- Place of Performance
- Address: Saint Francis Lake Control Structure NW of Marked Tree, Arkansas, Marked Tree, Arkansas, 72365, United States
- Zip Code: 72365
- Zip Code: 72365
- Record
- SN04078535-W 20160410/160408234556-1537da564ea04c1ac9c660afdbc467d5 (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 |