Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
SOURCES SOUGHT

Z -- John H. Kerr, Right Wing Dike Toe Drain Repair - Sources Sought

Notice Date
6/13/2017
 
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, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-17-B-0015
 
Archive Date
7/5/2017
 
Point of Contact
Alicia Evans, Phone: 9102514785, Karri Mares, Phone: 910-251-4863
 
E-Mail Address
alicia.evans@usace.army.mil, karri.l.mares@usace.army.mil
(alicia.evans@usace.army.mil, karri.l.mares@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Figures shown for Toe Drain Repair SOURCES SOUGHT NOTICE FOR John H. Kerr, Right Wing Dike Toe Drain Repair, Boydton, Virginia This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors for repairs to the right wing dike toe drain at John H. Kerr Lake in Boydton, Virginia. The right wing dike toe drain has deformed and ruptured sections as shown in the below figures. Work shall include the installation of a resin-impregnated flexible tube that is either inverted or pulled into the original pipeline/conduit and expanded to fit tightly against said pipeline by the use of a water column or air pressure, utilizing a Cured in Place Method. Once in position the resin system shall be cured by elevating the temperature of the fluid (water/air) used for the tube's inflation to a level required for the initiators in the resin to commence a hardening of the resin system by polymerization. The estimated total length of the four areas in the proposed contract is approximately 126 feet. The four drain locations as shown in Figures 1 through 4 below require repairs. Damage locations are as follows: (See figures in attachment) For Figure 1: • Distance from nearest man hole: 10 feet For Figure 2: • Distance from nearest man hole: 83 feet For Figure 3: • Distance from nearest man hole: 23 feet For Figure 4: • Distance from nearest man hole: 10 feet Figure 1 Deformed Culvert. Damaged point is 10 ft from nearest manhole. Figure 2 Ruptured Culvert. Damaged point is 83 ft from nearest manhole. Figure 3 Deformed Culvert. Damaged point is 23 ft from nearest manhole. Figure 4 Deformed culvert. Damaged point is 10 ft from nearest manhole. The magnitude of construction for this project will be between $100,000.00 and $250,000.00. All interested firms with 237990 as an approved NAICS code have until 20 June 2017 at 2:00 p.m. Eastern Standard Time (EST) to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM or DUNS Number and CAGE Code - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity. 1. Evidence of capabilities to perform comparable work (i.e., complex construction projects, including secure area construction) associated with of similar repairs performed on drains or culverts in water impounding or water control, earthen embankment structures on recent projects greater than $150,000.00 in value (not more than five (5) years old). Include the project name, completion date and total contract construction value. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. 2. Evidence of capability of conducting trenchless repair of rupture and/or deformed nominal 12-inch diamter Bituminous coated Corrugated Metal Pipe ( CMP ) drain line. 3. Examples of various technologies used to conduct afforementioned repairs. Examples of various technologies should be provided in report format, including a detailed description of technology utilized with photographic documentation. Example repairs should be similar to technology that will be utilized for afforementioned repairs. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Firm's capability to perform, to include geographic span and project size. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Alicia Evans E-mail: Alicia.evans@usace.army.mil The email should be titled: John H. Kerr, Right Wing Dike Toe Drain Repair, Sources Sought Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/068f3fa58355542e5fd4480fc6eb577c)
 
Place of Performance
Address: John H. Kerr, Boydton, Virginia, Boydton, Virginia, 23917, United States
Zip Code: 23917
 
Record
SN04543339-W 20170615/170613235415-068f3fa58355542e5fd4480fc6eb577c (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.