Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2018 FBO #6027
SOURCES SOUGHT

Z -- West Basin Scour Repair Phase 2

Notice Date
5/23/2018
 
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, Memphis, Attn: CEMVM-CT, 167 North Main Street, Room B-202, Memphis, Tennessee, 38103-1894, United States
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ18B0008
 
Archive Date
6/22/2018
 
Point of Contact
Andrea Jackson, Phone: 9015443357
 
E-Mail Address
andrea.jackson@usace.army.mil
(andrea.jackson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this survey is to gain knowledge of interested, capable and qualified small business concerns to complete the project described below. The results from this market survey will be used to make an appropriate acquisition determination for the pending solicitation. A small business must perform at least 15 percent of the work with its own employees excluding the cost of materials and equipment. Project Description: The work consists of furnishing all plant, labor, and materials and any incidental related work according to the plans and specifications for repairing 4 scour site locations that have occurred along the right bank of the West Basin Levee - Headwater Diversion Channel between Levee B/L Sta.705+54 and B/L Sta.570+81. The project is located within the Little River Drainage District in Cape Girardeau County, Missouri. Small Business Size Standard: $36.5M Contract Type: The Government anticipates awarding a contract with firm-fixed unit prices. Requirement: Firms responding to this announcement are requested to demonstrate in writing its capability to perform the work for this project by addressing the following items: (1) Provide the Firms name, address, firm size and socio-economic status. (2) Provide examples (minimum of two) of projects similar in nature to the work in the above project description your firm has performed in the past ten years. Each example should include a detailed project description, location, the dollar value of the project, the beginning and end date of the project. These projects should be relevant in terms of size, scope, and complexity. (3) For the relevant example projects requested in item (2), indicate whether your firm was the prime or Sub-contractor. If the prime, indicated what percentage of the work you performed. If the firm was a subcontractor, identify your role in the contract and explain the relevancy of the role. If possible provide copies of performance rating for projects submitted. (4) Provide a list of the firm's current on-going projects, the bonding amount and the expected completion dates. Also provide evidence of bonding capability on bond company letterhead. Bonding capacity shall be current as of date of this announcement. (5) Provide scheduling capability statement detailing your firm's abilities to work on an accelerated timeline. Example: Multiple 24/7 shifts, surge capabilities, de-escalation capabilities, etc.. Magnitude of Work: Between $5,000,000 - $10,000,000 Contract Duration: 530 Calendar Days Estimated Start Date: 15 September 2018 Please indicate whether your firm would submit an offer for this project upon release of solicitation. All interested parties should submit qualifying documentation not later than the response time and date to the below address. Electronic submissions are acceptable. Send via email (PDF format) to andrea.g.jackson@usace.army.mil Interested firms shall provide one copy of the above documentation. Responses shall be limited to ten (10) pages. The Government will not pay for any material provided in response to this market survey nor return the data provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ18B0008/listing.html)
 
Place of Performance
Address: The work shall be located at Cape Girardeau County, Missouri along the West Basin Levee. The exact location will be indicated on the contract drawings. The Contracting Officer's Representative will be available to show the exact location of the work at the two organized site visits., United States
 
Record
SN04932499-W 20180525/180523230950-4d1d03ad52efbf2b0aca6999237bd858 (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.