SOURCES SOUGHT
Z -- Olmsted L&D 53 Marine Demo - Phase II
- Notice Date
- 4/20/2020 4:13:15 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-00801362
- Response Due
- 5/4/2020 10:00:00 AM
- Archive Date
- 05/19/2020
- Point of Contact
- Amy M. Phillips
- E-Mail Address
-
amy.m.phillips@usace.army.mil
(amy.m.phillips@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 the final phase of a dam removal on the Ohio River near Grand Chain, IL. The Locks and Dam 53 Removal Phase 2 scope completes the removal of the project down to elevation 280 and buries the auxiliary lock land wall on the river bank.� This provides for safe navigation for a project that has been replaced by Olmsted Locks and Dam.� Olmsted's upstream pool will require underwater demolition and stone placement at L&D 53.� Demolition features include removal of stone, concrete piers, concrete monoliths, sheet pile cells partially and completely filled with concrete, bear trap gates, a stone covered earthen fixed weir with a sheet pile cut off wall, and the installation of stone scour protection.� There is also a limited amount of sample collection for historical corrosion rates of submerged sheet piling.� Contract duration is estimated at 540 calendar days. The estimated cost range is from $25,000,000.00 to $100,000,000.00. NAICS code is 237990 (Size Standard: $39.5 million). 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 on 04 May 2020 by 1:00 PM Eastern 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 from the closing date of notice, 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.� �a) Projects similar in size and scope to this project include: A river demolition project involving removal of 1,350 CY of concrete, 1,500 SY of sheet piling, 21,500 CY excavation,�11,100 CY stone placement, and critical crane lifts from the water. � b)� Based on the information above, for each project submitted, include: ���� 1)� Current percentage of construction complete and the date when it was or will be completed. ���� 2)� Scope of the project. ���� 3)� Size of the project. ���� 4)� The dollar value of the construction contract and whether it was design-bid build or design-build. ���� 5)� The percentage of work that was self-performed as project and/or construction management services� or�physical construction type work. ���� 6)� Identify the number of subcontractors by construction trade utilized for each project. � 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 EIGHT (8) pages with a minimum font size of 10pt and margins no less than 0.5"". Please only include a narrative0U0663
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ad522e239e2349c1a1ff638704f02526/view)
- Place of Performance
- Address: La Center, KY 42056, USA
- Zip Code: 42056
- Country: USA
- Zip Code: 42056
- Record
- SN05626979-F 20200422/200420230148 (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 |