SOURCES SOUGHT
Y -- PLANNED FISCAL YEAR 2020 WATER AND SEWER LINE AND RELATED STRUCTURES CONSTRUCTION PROJECTS (Section 219) LOCATED IN ILLINOIS (various Counties) - USACE CHICAGO DISTRICT ACQUISITIONS
- Notice Date
- 3/6/2020 8:32:45 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W072 ENDIST CHICAGO CHICAGO IL 60606-2705 USA
- ZIP Code
- 60606-2705
- Solicitation Number
- W912P620S0009
- Response Due
- 3/20/2020 2:00:00 PM
- Archive Date
- 03/20/2021
- Point of Contact
- Kyle Smith, Phone: 3128465370, Regina G. Blair, Phone: 3128465371, Fax: 3128865475
- E-Mail Address
-
Kyle.D.Smith@usace.army.mil, regina.g.blair@usace.army.mil
(Kyle.D.Smith@usace.army.mil, regina.g.blair@usace.army.mil)
- Description
- By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of firms that are engaged in providing the services described hereunder for four Illinois 219 Projects, each will be individually detailed in the Government Requirements paragraph of this notice. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: Under the four�planned Contracts, the contractor will be required to provide the following construction services: 1.� Village of Lemont Water Main Improvements - The project proposed include water main improvements located on Main Street, from Fourth Street to Walker Road, on Walker Road, from the Franciscan Village service driveway to approximately 500 feet north of Main Street, and also on Singer Avenue, from 250� south of Peiffer Avenue to Norton Avenue.� The proposed improvements include the construction of approximately 4800 feet of new 12� ductile iron and PVC water main on Main Street and on Walker Road. �The construction on Singer Avenue will consist of the installation of approximately 900 feet of new 8� ductile iron water main, to replace an 80-year-old 6� water main. �The construction of fire hydrants and valves is also included in the work. �The estimated�magnitude of construction cost for this project is between $1,000,000 and $5,000,000. � 2.� Village of Park Forest Water Main Replacement - The project proposed will consist of the replacement of approximately 0.72 miles of old cast iron water main along Dogwood St. (Western Ave to Western Ave). The main will be replaced with PVC C900 at a size to be determined by our engineer. The project will also include the replacement of approximately 7 fire hydrants, 7 main line valves, 42-2"" water services, and sewer improvements necessary to meet current separation requirements. �The estimated�magnitude of construction cost for this project is between $1,000,000 and $5,000,000. 3.� Village of Matteson Sanitary Sewer Improvements - The proposed project is at the site of the former Lincoln Mall Shopping Center which will be re-developed for commercial and retail use.� The overall project includes replacing approximately 1,500 feet of 10-inch diameter sanitary sewer to replace existing deteriorating sewer from Lincoln Highway to Homeland Road. �The estimated�magnitude of construction cost for this project is between $1,000,000 and $5,000,000. 4.� Village of Richton Park Storm Water Improvements - The project proposed will consist of installation of approximately 600� of 21�pipe to the Regional Detention Pond with end section structures and one 5� diameter manhole, excavation of the first 1.7-acre area of the Regional Detention Pond, and, channel Improvements along Governors Highway to include (approximately 900�) channel bank grading, concrete and debris removal, vegetation replacement/maintenance. �The estimated�magnitude of construction cost for this project is between $500,000.00 and $1,000,000.00. �REQUESTED INFORMATION: This Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1.� Please list each project your company would be interested in performing and include�the following information for each, with the exception of repeating your company�information. 2.� Firm�s name and BUSINESS SIZE, address, point of contact, phone number, and e-mail address: 3.� Is your company currently ""active"" at the System for Award Management (http://www.sam.gov)? If not, does it plan to register? Contractors are now REQUIRED to be registered in the System for Award Management (SAM) AT THE TIME ITS BID IS SUBMITTED to comply with the annual representations and certifications requirements (Reference: FAR Subpart 4.1102 � Policy (a)). 4.� In consideration of North American Industry Classification System (NAICS) code 237110, with a small business size in dollars of $36.5M, which of the following small business categories is your business classified under, if any? Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Small Business. 5.� Is your firm capable of obtaining a performance and payment bond for a construction contract for the aforementioned project Magnitude(s)? Is your firm interested in performing as a subcontractor or prime? 6.� Is your firm interested in performing as a subcontractor or prime? 7.� Does the interested vendor have experience in the work described for this project? If so, how many years? 8. In the consideration of the aforementioned government requirements, if your firm were to see an advertisement for this planned procurement within the next three months, would your firm be interested in providing a bid? SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Kyle Smith prior to 4:30 p.m. (CDT) on 20 March, 2020, via email to: kyle.d.smith@usace.army.mil (ensure that the number & title of the Sources Sought Notice of ""W912P620S0009, Illinois 219 Projects,� is included in the subject line of the email). Any electronic files (EMAIL) CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to Mr. Smith�s email inbox. NEGATIVE REPLIES ARE WELCOMED.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/185c1fb168754f9aae32f05b0279a3de/view)
- Place of Performance
- Address: Chicago, IL, USA
- Country: USA
- Country: USA
- Record
- SN05582337-F 20200308/200307085920 (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 |