SOURCES SOUGHT
Z -- Keithsburg Division Habitat Rehabilitation and Enhancement Project Stage I and Stage II
- Notice Date
- 10/2/2018
- 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, Rock Island, Clock Tower Building, Attn: CEMVR-CT, PO Box 2004, Rock Island, Illinois, 61204-2004, United States
- ZIP Code
- 61204-2004
- Solicitation Number
- Keithsburg_Habitat_Restoration
- Archive Date
- 11/1/2018
- Point of Contact
- Carissa McKinley, Phone: 3097945661
- E-Mail Address
-
carissa.j.mckinley@usace.army.mil
(carissa.j.mckinley@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought/Request for Information Keithsburg Division Habitat Rehabilitation and Enhancement Project Stage I and Stage II Purpose and Objectives: The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUB Zone small businesses; service-disabled, veteran- owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their understanding, capabilities and experience relative to the proposed acquisition to assist the Government in determining the expectation of receiving bids from responsible small business contractors at fair market prices. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set- aside is possible. An organization that is not considered a small business under the applicable NAICS code can submit a response to this notice, however their capabilities may/may not be assessed for the purposes of this notice. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. THE US ARMY CORPS OF ENGINEERS (USACE), ROCK ISLAND DISTRICT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF RESPONSES RECEIVED. THIS IS A SOURCES SOUGHT ANNOUNCEMENT AND IS FOR INFORMATIONAL/MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. Interested parties are expected to review this Notice and the Project Requirements to familiarize themselves with the requirements of this project. Background: The U.S. Army Corps of Engineers, Rock Island District, is seeking businesses that are capable of providing the following: Keithsburg Division Habitat Rehabilitation and Enhancement Project Stage I and Stage II Project. The Project is located in Pool 18 along the left descending bank of the Upper Mississippi River (UMR), immediately north of the City of Keithsburg in Mercer County, Illinois, between river miles 428.0 and 431.0. The Project is bordered by the Edwards River to the north, Pope Creek to the south, and the Mississippi River to the west. It is separated from the Mississippi River by a 3-mile-long berm. The Project area is a 1,400-acre backwater complex of interconnected backwaters, wetlands, and floodplain habitat that is managed by the U.S. Fish and Wildlife Service (USFWS) as part of the Port Louisa National Wildlife Refuge (NWR). The Project is funded by the Upper Mississippi River Restoration program. Project Requirements: The purpose of the Project is to restore and protect off-channel aquatic, wetland, and floodplain forest habitats. • All work will be within or adjacent to the river, subject to water fluctuations. Limited land access may be available across an unimproved berm. Work may require river access. Some work will be in the water. • One to two spillways (~2,000 total linear feet) will require construction along a berm located adjacent to the Mississippi River. Work will include tree clearing, excavation, and placement of drainage stone, geotextile fabric, riprap, and articulated concrete mats. Some concrete work may be required. • A new berm (~2,200 linear feet) will be constructed across the southern portion of the Project in inundated conditions. The berm will be constructed of pervious material, with an impervious cap. Electrical conduit will be placed within the berm. Road stone may be placed on top of the berm for an access road. • An existing berm (~18,300 linear feet) will require impervious material to bring the side slopes to design grade, and in some areas, impervious material will be placed within the top several feet of the berm. Work will require clearing prior to construction and seeding following construction of the enhanced berms (~40 acres). • Demolition of an existing concrete spillway, riprap spillway, pump pad, and gated structure will be required. • The construction of this Project is anticipated to take four years. NAICS Code and Size Standard: NAICS CODE: 237990 Other Heavy and Civil Engineering Construction SIZE STANDARD: $36.5 Million CONTRACT ESTIMATED RANGE: Stage I: $1,000,000 to $5,000,000 Stage II: $5,000,000 to $10,000,000 Capability Statement/Information Sought: All parties interested in this Project must demonstrate that they would have the potential to be a responsive and responsible contractor for the following Project technical criteria Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft Project Requirements. Tailored Capability Statements for this requirement shall address the following areas: 1. Company Name, DUNS/CAGE (If your company does not have at the time of this sources sought, please be aware that you will be required to register your company in the System of Award Management (SAM) system to be eligible for any future Federal contracts), POC information including an email, and your current small business status. 2. Demonstrate the ability to meet the mandatory criteria as noted below: • Company name, address, point of contact, phone number/email address and CAGE Code • Three references of successful construction in a riverine system • Three references of successful riprap or stone placement within a riverine system. • Three references of soil shaping and/or berm, levee or embankment construction. • Company's interest if a solicitation for this project is issued • Company's business category and size • Company's capability to perform on the project description outlined above 3. Project examples with similar complexity and scope (and ideally including all of the mandatory criteria above). Examples should include all pertinent information regarding the requirements to clearly demonstrate the understanding and abilities of your company. If you performed previous work as a part of a team, with subcontractors (or other arrangements) please provide information on that relationship, tasks performed by team members etc. to be able to provide the Government with a sense of prime contract management as well as team member/subcontractor management. 4. Description of how, as a small business, you would be capable of performing the work, either by 100% self-performance or through teaming. Specifically, if you would not be self-performing 100% of the work, please provide: • An estimate of your self-performance and a proposed team approach (for example: are you part of an approved mentor protégé team through the SBA 8(a) or All Small Mentor Protégé Program? • Will you be teaming with other small businesses to meet the self-performance requirements? • Will your subcontractors be primarily small businesses? • What type of work would likely be subcontracted? • Have you performed this type of work previously with similar teaming arrangements? If so, what were issues with contract performance? • NOTE: Small businesses may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the areas of the Draft Performance Work Statement that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 15% of the total cost of the contract value must be incurred by or for personnel of the small business firm (or similarly situated entities) pursuant to the FAR clause at 52.219-14 entitled "Limitations on Subcontracting (NOV 2011)". In order for the Government to make a Small Business (SB) set-aside (or other socioeconomic sub-category) determination, it is emphasized that SB concerns provide sufficient written information to clearly demonstrate their capacity, capability, and responsibility (in accordance with FAR 9.1 and the requirements at FAR 19.502(b)(1) to successfully perform and manage all the requirements of this effort.   Information Submission Instructions: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed twenty (20) single sided pages including all information that clearly details the firm's ability to perform the aspects of the notice described above and in the Project Requirements. 2. Number of Copies: All capability Statement sent in response to this SOURCES SOUGHT/Request for Information notice must be submitted via e-mail to the contract specialist, Carissa.j.mckinley@usace.army.mil and Deputy, Small Business Programs Beth White at elizabeth.m.white@usace.army.mil. The e-mail subject line must specify Response to Sources Sought: Keithsburg Division HREP Stage I and II. 3. Due Date/Time Electronically submitted tailored capability statements are due no later than 31 October 2018 at 2:00pm CT, however this does not restrict the Government from accepting responses after this time, if it is in the best interests of the Government for market research purposes, and also does not prohibit the Government from seeking potential capable, and responsible sources from information available from other resources (for instance: small business databases, known sources, previous contractors) to determine a final procurement strategy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/Keithsburg_Habitat_Restoration/listing.html)
- Record
- SN05113683-W 20181004/181002230905-ec4c42e03b4a6ad62098883fc7a5422f (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 |