Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2016 FBO #5438
SOURCES SOUGHT

38 -- CRANEY ISLAND DIKE IMPROVEMENTS

Notice Date
10/11/2016
 
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, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-17-B-0003
 
Archive Date
11/26/2016
 
Point of Contact
Courtney B. Williams, Phone: 7572017000
 
E-Mail Address
courtney.baker-williams@usace.army.mil
(courtney.baker-williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify qualified and experienced large and small businesses that are interested in and capable of performing the work described herein. This notice is posted as a market research tool only. The Government will utilize this information in determining an acquisition strategy. If you are a small business, please state all of the socioeconomic categories in which your company belongs: 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Woman Owned, and small businesses less than 500 employees. This Sources Sought Notice is for firms with a North American Industry Classification System (NAICS) Code 237990 - Other Heavy and Civil Engineering Construction. The Norfolk District, Corps of Engineers is seeking qualified and experienced firms capable of performing site improvements at the Craney Island Dredged Material Management Area (CIDMMA), Norfolk, Virginia. Site improvements include the incremental raising of the perimeter and interior containment dikes and associated work including site clearance, maintenance of haul roads and work areas, landscaping, and site restoration. Dikes will be incrementally raised using a maximum of one foot lifts to elevations designated in the drawings using specified soil mixtures, moisture conditions, placement and compaction methods, and testing. The Contractor shall be responsible for before and after topographic surveys by acceptance areas. All fill material for the dike raising will be government supplied from on-site borrow sources. Total fill volume is not expected to exceed 200,000 cubic yards per task order. Construction techniques and equipment must accommodate soft and wet subsurface and fill soil conditions with high susceptibility to rapid and long-term settlements under instantaneous and sustained loading conditions. An Indefinite Delivery Indefinite Quantity (IDIQ) Contract will be procured to perform this work, and will include one base year and two option years. It is expected that the initial task order will be awarded with the base year contract. Approximately 2 to 3 tasks orders under the IDIQ contract will be issued per contract year in accordance with site improvement needs. The total contract award will be more than $10,000,000.00 ($10M). We are requesting that all interested and qualified businesses respond to this Sources Sought Notice with information which shall include, at a minimum: (1) Identification and verification of the company's large or small business status, (2) governmental CAGE Code and DUNS number, if applicable, 3) The level of performance and payment bonding capacity that the company could attain for the proposed project. (4) Descriptions of Experience - Provide descriptions of your firm's past experience on projects similar in scope as outlined above to projects completed within the last five years which are similar to this project in size, scope, and dollar value. Provide documentation demonstrating construction experience for projects of similar type construction involving management of multiple subcontractors. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information. 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's level of interest in bidding on this solicitation when it is issued. 3. Firm's capacity to perform a contract of this magnitude and complexity 4. Provide examples of your capability to successfully execute this form of construction by detailing comparable work performed with brief descriptions of a minimum of three similar previous projects performed within the last 5 years (customer name, timeliness of performance, type of work, and dollar value of the project) including specify percentage and type of work that was self-performed. 5. Firm's status as either a small or large business. If firm has a Small Business identification, please specify which: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB). 6. Firm's Existing Joint Ventures including Mentor/Protégé and teaming arrangement information. 7. Firm's governmental CAGE code and DUNS number, if applicable. 8. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 9. A statement of the portion of this contract's work that will be self-performed and how it will be accomplished. Please only include a narrative of the requested information. Additional information will not be reviewed. The anticipated solicitation issuance date will be on or about 01 December 2016. The estimated proposal due date will be on or about 6 January 2017. The construction period of performance will vary depending on the task order. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (FBO) www.fbo.gov which will invite firms to register electronically to receive a copy of the solicitation when it is issued. This Sources Sought Notice should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. Interested Firm's shall email their response to this Sources Sought Notice no later than noon on 11 November 2016 to Courtney.Baker-Williams@usace.army.mil. All interested firms must be registered in government's SAM website to be eligible for awards of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-17-B-0003/listing.html)
 
Place of Performance
Address: PORTSMOUTH, Virginia, United States
 
Record
SN04301430-W 20161013/161011234354-2fd7e4529e7d2df99716979e50f456c7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.