SOURCES SOUGHT
99 -- Market Survey DLA DSCC Water Line Renovation Project
- Notice Date
- 4/8/2020 10:55:36 AM
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-MarketSurvey-DLADSCCWaterLineRenovation
- Response Due
- 4/23/2020 11:00:00 AM
- Archive Date
- 05/08/2020
- Point of Contact
- Robert Glenn, Phone: 5023156449
- E-Mail Address
-
robert.glenn2@usace.army.mil
(robert.glenn2@usace.army.mil)
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is approximately 5,000 LF or greater construction improvements to the domestic water service on DSCC Installation to decrease the stagnancy of the system for DLA at DSCC, Columbus OH. Improvements include replacement and new installation of water service mains and service lines, new fire hydrant(s), new yard hydrant(s), various sizes of gate valves, and construction of a new backflow preventer vault and associated backflow preventer equipment. At the time of bid submission, offerors are required to be registered in the Joint Certification Program (JCP) run by DLIS and must also submit verification that the company is US owned and personnel are US Citizens in order to be considered responsive for this Invitation for Bid (IFB) contract award.� JCP information can be found at http://www.dlis.dla.mil/jcp.� A US Certification Letter will be included with the IFB package. Contract duration is estimated at 365 calendar days. The estimated cost range is between $1,000,000 and $5,000,000. NAICS code is 237110. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 23 April 2020 by 2:00 PM Eastern Standard Time. �Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Entity Identifier(s) (formerly DUNS Number) and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience � Interested construction firms must provide descriptions of up to (3) three projects with greater than 95% completion by you as the prime contractor within the past five (5) years which are similar to this project in size and scope. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.� �� Projects similar in scope to this project include: �Installation of water service mains and service lines, new fire hydrant(s), new yard hydrant(s), various sizes of gate valves, and construction of a backflow preventer vault and associated backflow preventer equipment. Projects similar in size to this project include:� Installation of water service main and service lines approximately 3,250 LF or greater. � Based on the information above, for each project submitted, include: Current percentage of construction complete and the date when it was or will be completed. Scope of the project. Please make sure you discuss experience in the following four areas if applicable. Size of the project. The dollar value of the construction contract and whether it was design-bid build or design-build. The type and percentage of the contract cost, excluding cost of materials that was self-performed as physical vertical and horizontal construction by construction trade. Describe the work your company self-performed Provide 2 references 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Interested Offerors shall respond to this Sources Sought Synopsis no later than 23 April 2020 by 02:00 PM Eastern time. ALL RESPONSES MUST BE EMAILED to Robert Glenn, Contract Specialist, at: Robert.Glenn2@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. This is NOT a Request for Proposal. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/caf256a31dac4dccbcf9f87d3156c3b1/view)
- Place of Performance
- Address: Columbus, OH, USA
- Country: USA
- Country: USA
- Record
- SN05615156-F 20200410/200408230200 (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 |