SOURCES SOUGHT
Y -- Columbia Stock Ranch
- Notice Date
- 4/29/2016
- 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, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N-16-R-0058
- Archive Date
- 5/31/2016
- Point of Contact
- Ryan S. Shoemaker, Phone: 5038084628
- E-Mail Address
-
ryan.s.shoemaker2@usace.army.mil
(ryan.s.shoemaker2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) has been tasked to solicit a contract for the Columbia Stock Ranch. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Sources Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Business, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small business (SDVOSB) are highly encouraged to respond. 3. Minimum Technically Acceptable Contractor Expertise Criteria: The Contractor must demonstrate through references, project lists, or reports, they possess experience involving a large earthwork project (100,000 cubic yards minimum), and the installation of a railroad bridge. The railroad bridge must have been constructed in accordance with either BNSF Railway or Union Pacific standards. The experience of a committed sub-contractor may be used to demonstrate experience of completion of a railroad bridge. North American Industrial Classification Code (NAICS): 237990, Other Heavy and Civil Engineering Construction The size standard: $36.5M Federal Service Code: Y1PC, Construction of Unimproved Real Property (Land) Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil. 4. Project Description. The U.S. Army Corps of Engineers, Portland District, has a requirement to remove domestic buildings, excavate channels, construct a new levee, seepage berms, tide gates, culverts, railroad bridges, and breach an existing levee to create a shallow water habitat at the Columbia Stock Ranch. The Columbia Stock Ranch (CSR) site is 936 acres and is located on the left bank of the Lower Columbia River between river miles 75 and 77, in Columbia County, Oregon. The project site is downstream from the Lewis River confluence, between Sandy Island and Deer Island Slough. The estimated Magnitude of Construction for this project is between $10,000,000 and $25,000,000. 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N-16-R-0058 Columbia Stock Ranch. Please send to Ryan S. Shoemaker, Contract Specialist, at Ryan.S.Shoemaker2@usace.army.mil in either Microsoft Word or Adobe Portable Document Format by 2:00 pm Pacific Standard Time Monday, May 30, 2015. All responses must be received by the specified time and due date to be considered. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. A Firm's response to this Sources Sought shall be limited to five (5) pages and shall include the following information: a. Firm's name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and available Construction Bonding Level. b. Firm's small business category and Business Size: Small Business, Small Disadvantaged, 8(a) firm, Historically underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). c. Provide relevant information on the Firm's experience/Capabilities as it pertains to the proposed work outlined in the Project Description by providing. d. A list of projects with a brief description demonstrating that your firm possesses the necessary experience requested above. 6. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-16-R-0058/listing.html)
- Place of Performance
- Address: Columbia County, Oregon, United States
- Record
- SN04100395-W 20160501/160429234153-e0d4d0ea553ce09c28a5767315a55e27 (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 |