SOURCES SOUGHT
S -- CJD - Turf Rehabilitation
- Notice Date
- 8/3/2018
- Notice Type
- Sources Sought
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Walla Walla, Attn: CENWW-CT, 201 North 3rd Avenue, Walla Walla, Washington, 99362-1876, United States
- ZIP Code
- 99362-1876
- Solicitation Number
- W912DW18Q0083
- Archive Date
- 9/1/2018
- Point of Contact
- Karlyn K. Graves, Phone: 5095277206
- E-Mail Address
-
Karlyn.K.Graves@usace.army.mil
(Karlyn.K.Graves@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Seattle District is seeking sources to provide turf rehabilitation services to a 295' X 361' section of the Orientation Field located at Chief Joseph Dam project that provides grades with a drop of not more than 1 percent from the center crown to the edges. Services include adding top soil at a minimum depth of 4 inches, laser leveling and hydro seeding to provide turf rehabilitation to a 295' X 361' section of the Orientation Field located at Chief Joseph Dam project that provides grades with a drop of not more than 1 percent from the center crown to the edges. The minimum depth of the soil from the center crown to the edges shall be not be less than 4 inches in depth. The edges of the field shall be leveled out to the subgrade, and the slope of the soil edges to the subgrade shall not be more than an 8 percent slope grade. The North American Industry Classification System (NAICS) code for this project is 561730 and the associated small business size standard is $7,500,000. This is not a solicitation. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work. Firms who respond to this announcement by submitting the following information will be used in determining whether to set aside this requirement. Please do not respond to this notice unless you will be responding to the solicitation. 1) A capability statement expressing interest in this requirement, describing your company and its capability to complete a project of this scope, magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work for this requirement. Include a brief description of each project scope, schedule, and dollar value. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work. 4) A statement of your firm's business size and type (HUBZone, Service Disabled Veteran Owned, 8(a), Small Business). 5) Name of firm with address, phone and point of contact. 6) CAGE Code and DUNS number or a copy of your System for Award Management (SAM) information 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. Companies or individuals interested in responding are invited to submit their information via email to Karlyn Graves at Karlyn.K.Graves@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA68/W912DW18Q0083/listing.html)
- Place of Performance
- Address: Chief Joseph Dam, Washington, 98813, United States
- Zip Code: 98813
- Zip Code: 98813
- Record
- SN05020856-W 20180805/180803231214-bcee9fa2bec9c1fa9576d4858c1c3823 (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 |