SOURCES SOUGHT
99 -- ADDITIONAL RELIEF WELLS AND COLLECTOR SYSTEM UPGRADE
- Notice Date
- 1/30/2020 12:20:25 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT HUNTINGTO HUNTINGTON WV 25701-5000 USA
- ZIP Code
- 25701-5000
- Solicitation Number
- W91237-20-R-SS07
- Response Due
- 2/14/2020 2:00:00 PM
- Archive Date
- 02/29/2020
- Point of Contact
- Karen L. Simmons, Phone: 3043995182
- E-Mail Address
-
karen.l.simmons@usace.army.mil
(karen.l.simmons@usace.army.mil)
- Description
- SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY - This notice does not constitute a solicitation announcement or restrict the Government to an ultimate acquisition approach and NO AWARD will occur from this notice.� NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS are available for this notice, therefore, please do NOT request a copy of a solicitation. �Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. �� The purpose of this announcement is to gain knowledge of potential qualified small business sources to include small business in the following categories: Small Business, Small Disadvantaged Business, Certified HUB Zone, Woman-Owned, and Service-Disabled Veteran-Owned ��for a Single Award Construction Contract (SATOC), for work for the Dam Safety Modification � Additional Relief Wells and Collector System Upgrade for Mohawk Dam, Warsaw, Ohio.� � The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The Government must ensure there is adequate competition among the potential pool of available contractors.� The North American Industrial Classification System Code (NAICS) is 237990, which has a size standard of $33.5 million in average annual receipts.� Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, Limitations on Subcontracting, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Under FAR 52.236-1, Performance of Work by the Contractor, the contractor shall perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract. This project is at Mohawk Dam, located in Jefferson Township, Coshocton County, Ohio northwest of the Village of Nellie.� Mohawk Dam, owned and operated by the United States Amy Corps of Engineers, is a �dry� earthen dam with no normally retained pool.� The dam was constructed in the mid-1930s for the purpose of flood control on the Walhonding River.� The project spans across a deep glacial outwash filled valley, which has led to this and previous seepage related remediation work. The following requests are designed to apprise the US Army Corps of Engineers, Huntington District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 15 pages (30 front and back), to include: � 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in proposing on the solicitation when it is issued. 3) Contractors shall demonstrate through company and personnel resumes, executed examples, and supporting customer feedback documentation the ability to complete the dam modification work.� The proposed modification work will consist of the following major features, located within the dam�s downstream berm: - Installation of 10 new relief wells with individualized housing, conveyance piping (~500 feet total), and outfall structures.� The proposed wells will consist of 12-inch diameter stainless steel wire-wrapped screens with filter pack with depths ranging from 102 to 120 feet into glacial outwash (granular soils).� Pilot holes were previously completed for screen and filter design. - Installation of new seepage collection system components including 7 manholes (60 to 84-inch precast concrete), ~1,000 feet of piping (24 to 48-inch HDPE), connections, and 3 outfall structures (36 to 48-inch headwalls). - Modification to, and demolition of, select portions of the existing seepage collection system including manholes, piping, and connections. - Earthwork and stone slope protection construction related to the aforementioned demolition, modification, and installation work.� Excavated soils will be reused as fill/backfill with excess or unsatisfactory soils disposed in an onsite disposal area. 4) Offeror's type of small business (Small Business, Small Disadvantaged Business, Woman-Owned, HUB Zone, or Service Disabled Veteran Owned. 5) Offeror's Joint Venture information if applicable - existing and potential (This information will not count against the page limitation). The Government is seeking short statements regarding the company's ability to demonstrate existing expertise, experience, and capacity in relation to the areas specified herein.� Commercial brochures or existing marketing materials may be submitted with the Capabilities Statement.� Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities.� This posting is for information and planning purposes only and shall not be construed as a commitment by the Government nor will the Government pay for information solicited.� Respondents will not be notified of the results of the evaluation.� After completing its analysis, the Government will determine whether to limit competition.� Offers that do not meet all requirements outlined in this SOURCES SOUGHT or submit within the allotted time will not be considered. All interested contractors should provide a response by close of business, February 14, 2020. ��Submit your response to Karen L. Simmons via email at karen.l.simmons@usace.army.mil.� Electronic submission via email are required. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/27f5da28125447979d8c5b6c4dc4640c/view)
- Place of Performance
- Address: Warsaw, OH, USA
- Country: USA
- Country: USA
- Record
- SN05548655-F 20200201/200130230210 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |