SOURCES SOUGHT
99 -- Brookville Lake Rip Rap Overlay
- Notice Date
- 5/28/2020 2:00:47 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
- W912QR20B0015
- Response Due
- 6/12/2020 10:00:00 AM
- Archive Date
- 06/27/2020
- 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, 8(a), Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for Rip Rap Overlay at Brookville Lake in Brookville, IN. This project will consist of installing 24 inches of Modified INDOT revetment stone on the upstream face of Brookville Lake Dam from elevation 752 to 775 feet, installing a walking path along the upstream toe of the dam, and replacing the access road by means of full depth reclamation.� The scope will consist of a base contract with two options.� Option two consists of installing 24 inches of Modified INDOT revetment from elevation 775 to 793 feet.� Option three consists of installing 24 inches of Modified INDOT revetment form elevation 793 to 809 feet. Contract duration is estimated at 360 calendar days. The estimated cost range is from $1,000,000.00 to $5,000,000.00. 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 12 June 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 this 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 to be considered.� �� ��������� a. Projects similar in scope to this project include: � A rip rap overlay protection project on the upstream face of a Dam and Dike using dump trucks, and long reach excavators. � ��������� b. Projects similar in size to this project include: � Placement of approximately 50,000 sy of 2 ft. thick riprap layer and 1000 sy of 6 in. thick bedding stone on upstream face of Dam. � ��������� c. 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. � Size of the project. � The dollar value of the construction contract and whether it was design-bid build or design-build. � The percentage of work that was self-performed as project and/or construction management services or physical construction type work. � 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 narrative of the requested information; additional information will not be reviewed. Email responses to Amy.M.Phillips@usace.army.mil. If you have questions please contact Amy M. Phillips at the email above. This is NOT a Request for Proposal and does not constitute any commitment by the Government. 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/f76462ed92d14ef19274a28570f3f3f1/view)
- Place of Performance
- Address: Brookville, IN 47012, USA
- Zip Code: 47012
- Country: USA
- Zip Code: 47012
- Record
- SN05673989-F 20200530/200528230205 (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 |