SOURCES SOUGHT
Y -- FY18 St. Louis River Slip 3 and Slip C Remedial Cap - Sources Sought Form
- Notice Date
- 1/30/2018
- 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, Detroit, 477 Michigan Avenue, Detroit, Michigan, 48226, United States
- ZIP Code
- 48226
- Solicitation Number
- W911XK18B0007
- Archive Date
- 3/1/2018
- Point of Contact
- Carlette L. Kendricks, Phone: 3132262683, Robert Austin,
- E-Mail Address
-
Carlette.l.Kendricks@usace.army.mil, robert.w.austin@usace.army.mil
(Carlette.l.Kendricks@usace.army.mil, robert.w.austin@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- FY18 St. Louis River Slip 3 and Slip C Remedial Cap The U.S. Army Corps of Engineers Detroit District is seeking contractors for the FY18 St. Louis River Slip 3 and Slip C Remedial Cap, Duluth, MN project. The scope of work requires the contractor to provide all work, materials, equipment, labor, supervision, management, and administration to construct a remedial cap in two slips in the Duluth-Superior harbor. Both of these slips have areas with sediment concentrations for contaminants of concern above the respective clean up levels. Slip 3 construction involves a limited amount of sediment leveling to reduce grade changes as well as dredging a 900 square foot area outside of the capping footprint and placing material in the deep portions of the capping area. Leveling activities will be followed by construction of a subaqueous cap over approximately 0.88 acres in the slip. Slip C construction involves construction of a subaqueous cap over approximately 6 acres of the slip where sediment concentrations for contaminants of concern are above the respective clean up levels. Both subaqueous caps will be comprised of two layers. Layer A will consist of dredged material from the federal navigation channel. Layer B will consist of 6-inch thickness of imported aggregate. All work must be completed from the water, including transporting material. If the contractor would like to access the slip by land they will be responsible for gaining their own access agreements. The estimated cost of construction is between $1 Million and $5 Million. The North American Industrial Classification System (NAICS) code is 237990 Other Heavy and Civil Engineering Construction, Dredging and Surface Cleanup Activities, which has a size standard of $27.5 Million in average annual receipts. This is NOT an Invitation for Bid. This announcement is for planning purposes only. Qualified companies are encouraged to respond. The response to this notice shall be in summary format and shall not exceed six (6) pages, including the attached response form. In order to determine the extent of industry interest and experience in the project, interested contractors shall present the following information: 1. A completed Sources Sought Information Request Form located in this "Sources Sought" notice on www.FBO.gov. 2. If applicable, identification and verification of the company as a Small Business, HubZone, 8(a), Service Disabled Veteran Owned Business, and/or Woman Owned Small Business, subject to verification by the Small Business Administration. 3. A letter from the firm's bonding company verifying that the firm can be bonded up to the amount of this project (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). 4. Past Experience - provide descriptions of two projects substantially complete or completed within the last ten years which are similar to this project in size, scope, and dollar value. Qualified companies, regardless of their size or socio-economic status, are encouraged to respond. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. All companies that are interested in responding are invited to submit their information via email only to the Contracting Branch at LRE-Quotes@usace.army.mil and Carlette.L.Williams@usace.army.mil. Responses must be provided in either Microsoft Word or Adobe Acrobat PDF format. Please submit responses no later than the time stated in this notice on www.fbo.gov. Please reference "SOURCES SOUGHT: W911XK18B0007 FY18 St. Louis River Slip 3 and Slip C Remedial Cap" in the subject line. Respondents will not be contacted regarding their submission or information gathered as a result of this Sources Sought notice. The formal solicitation will be issued at a later date by a separate announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA35/W911XK18B0007/listing.html)
- Place of Performance
- Address: Duluth, Minnesota, United States
- Record
- SN04804886-W 20180201/180130231817-95bec9cb60ec74663292e10d25109031 (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 |