Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2018 FBO #5990
SOURCES SOUGHT

38 -- Rock/Sediment Removal from Kanopolis Lake, KS

Notice Date
4/16/2018
 
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, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
PANNWD18P0000-016650
 
Point of Contact
John Akin, Phone: 8163893577, Andrew Minnix, Phone: 8163892218
 
E-Mail Address
john.h.akin@usace.army.mil, andrew.m.minnix@usace.army.mil
(john.h.akin@usace.army.mil, andrew.m.minnix@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For Rock and Sediment Removal Kanopolis Lake, Ellsworth County, Kansas This is a SOURCES SOUGHT announcement, and will be utilized for a market survey 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. Respondents will not be notified of the results of the evaluation; however, the information will be used to assist the Government in finalizing the acquisition approach, structuring the evaluation criteria, and selecting the set-aside requirement for this acquisition. The U.S. Army Corps of Engineers, Kansas City District (USACE) has been tasked to solicit for and award a contract for Rock and Sediment Removal at Kanopolis Lake. The proposed project will be a competitive, fixed price construction contract. Any set-aside decision to be issued will depend upon the capabilities and responses to this synopsis. Kanopolis Lake is a USACE project located in Ellsworth County, Kansas. A mixture of sediment (~780 cubic yards) and rock (~95 tons) is located within the concrete approach structure upstream of the intake tower. Sediment (~60 cubic yards) has also accumulated within the intake tower. Steel trash racks separate the approach structure from the intake tower. Additional rock (~120 tons) is also located along the southwest side of the tower and additional sediment (~6500 cubic yards) is located northeast of the tower. The rock is approximately 6"-12" in size. Water depths range from 30-40 feet in the approach structure 5-15 feet adjacent to the intake tower. Some woody debris will be encountered within the approach structure. All material removal located within 10 feet of the approach structure walls and within the intake tower must be completed by a diver utilizing hydraulic dredging techniques. Mechanical excavating equipment is not allowed within 10 feet of the walls or tower. The work will include, but is not limited to: • Installation of rock work pads adjacent to the intake tower. • Mechanical excavation of rock and sediment utilizing an excavator, dozer, and/or cranes to perform the work. • Hydraulic dredging to remove rock and sediment along the approach structure walls and within the intake structure. • Use of divers, to include all required documentation to meet the requirements specified in EM 385-1-1. • The contractor shall not damage the existing rural water intake pipe located to the southwest of the intake tower. • Sediment removed from the lake is to be dried onsite in a designated area. • Minor clearing. • Remove and reinstall trash racks to access intake tower. • Perform bathymetric surveys to ensure sediment and rock removal meets contract requirements. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing remedial action activities at the site. This work will primarily be performed at Kanopolis Lake. The contractor will be limited on the types of excavation near the approach structure and intake tower. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000. The estimated construction duration (on-site time) of the project is 4 months. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36,500,000.00. The Standard Industrial Code is 1629 and The Federal Supply Code is 3810. Small businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 7 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project). 4. Firm's experience with the following: • Excavation of underwater rock and sediment • Diving experience and obtaining proper permits/documentation • Any dive contracts with the Corps of Engineers. 5. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. State the evaluation factors your firm thinks would be the most valuable discriminators that the Government should include to assist in selecting the best value firm. 8. What key personnel positions would be necessary in support of this project? 9. Do you anticipate subcontracting out this work? If so, state the portions of this work your firm intends on subcontracting. Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00 (1400 hrs), CDT,April 30 2018. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to John Akin at john.h.akin@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/PANNWD18P0000-016650/listing.html)
 
Place of Performance
Address: Kanopolis Lake, KS, United States
 
Record
SN04890387-W 20180418/180416230721-f0a163fa89cdf04c26b07f764a2a1d5e (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.