SOURCES SOUGHT
Z -- Tred Avon River Oyster Bar Creation
- Notice Date
- 6/30/2020 6:46:44 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR20B0020
- Response Due
- 7/15/2020 9:00:00 AM
- Archive Date
- 11/01/2020
- Point of Contact
- Michael J. Getz, Phone: 4109623455
- E-Mail Address
-
Michael.J.Getz@usace.army.mil
(Michael.J.Getz@usace.army.mil)
- Description
- TITLE: TRED AVON RIVER OYSTER BED CREATION � TALBOT COUNTY, MD SOLICITATION NO. W912DR20B0020 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential TRED AVON RIVER OYSTER BED CREATION, TALBOT COUNTY, MD By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice. 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. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for Tred Avon River Oyster Bed Creation, Talbot County, MD.� The proposed project will be a competitive, firm-fixed-price, contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB). The scope includes the creation of the oyster bars, which will be performed mechanically to allow placement to occur close to the bottom.� Placement will be with rock or clean mixed shell, obtained and delivered to the Tred Avon River by barge.� The contractor will have to find the supply of rock and shell and identify the source in the response.� Material will be placed into designated sites and constructed to identified designs with heights approximately 6 to 9 feet mean lower low water. Some of the material may have to be mounded.� Government Supplied Materials:� Constructions plans and specifications (solicitation). Project Assumptions:� The Contractor is required to supply all labor, materials, equipment, and transportation to complete the construction of the Government furnished plans and specifications. Contract Deliverable:� Provide a completed project per the Government furnished plans and specifications. Submission Requirements and Timeline:� Provide a proposal within 30 calendar days of the solicitation. Construction duration estimated to be 120 calendar days. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. In accordance with DFAR 236.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $1,000,000.00 and $5,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 237990 � �other Heavy and Civil Engineering Construction�, which has a small business size standard of $39,500,000.� Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Responders should address ALL of the following in their submittal: Interested sources must submit a narrative demonstrating their qualifications to perform the work as described above.� The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information.� Contractors should present and identify all expertise, types and number of equipment, bonding limit, and name and number of personnel.� The Contractor must have access to equipment to perform the work they will perform (including purchase, delivery, and placement) and should describe the elements of work they would likely self-perform.� The Contractor should be familiar with the Federal safety manual, Government submittals, and provisions of the Davis-Bacon Act. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate. Narrative shall be no longer than 10 pages.� Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence. Must submit the following at a minimum: 1. Company name, address, phone number, and email address for a point of contact. 2.� Company's CAGE Code and DUNS Number to verify your business status as a qualified Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZone), Certified 8(a) or Women- Owned Small Business (WOSB). 3.� Indicate the primary nature of your business. 4.� Percentage of work capable of being performed with your equipment.� � � � � � � � � � � � � � � � � � � � � � � �� 5.� A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6.� Email responses are required. Prior Government contract work is not required for submitting a response to this sources sought synopsis Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) July 15, 2020. All responses under this Sources Sought Notice must be emailed to bryant.j.poland@usace.army.mil and michael.j.getz@usace.army.mil referencing the sources sought notice number W912DR20B0020. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Bryant Poland via email � bryant.j.poland@usace.army.mil and michael.j.getz@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/676277ee43324d9c87702e4b267c8b94/view)
- Place of Performance
- Address: Easton, MD 21601, USA
- Zip Code: 21601
- Country: USA
- Zip Code: 21601
- Record
- SN05708797-F 20200702/200630230149 (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 |