SOURCES SOUGHT
S -- B. EVERETT JORDAN DAM BYPASS PUMPING
- Notice Date
- 11/10/2020 1:54:02 PM
- Notice Type
- Sources Sought
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM21R0003
- Response Due
- 11/17/2020 1:00:00 PM
- Archive Date
- 12/02/2020
- Point of Contact
- Ashley Stewart, Phone: 9102514473, Karri L. Mares, Phone: 9102514863
- E-Mail Address
-
ashley.l.stewart@usace.army.mil, karri.l.mares@usace.army.mil
(ashley.l.stewart@usace.army.mil, karri.l.mares@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers (USACE) plans to conduct an inspection of the B. E. Jordan Dam outlet works tower and conduit located in Moncure, North Carolina. USACE is committed to meeting downstream flow requirements that will require bypassing water around the dam during the inspection. The conduit inspection and repairs are planned for February 15, 2021 throughFebruary 28, 2021 when flow requirements are anticipated to be at a minimum. The contractor will be required to pump a minimum of 40 cfs from the reservoir to the downstream channel during that time frame.� In order to qualify for this work, the contractor must specialize in designing, installing, and operating bypass pumping systems and must have successfully constructed 3 projects of equal or greater capacity, bypass distance, and topography within the past 5 years. Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. Potential contractors must also have current Online Representations and Certification Application on file with SAM. (See website https://www.sam.gov/portal/public/SAM). The magnitude of this project is between $250,000 - $500,000. All interested firms with 221310 as an approved NAICS code have until 17 November at 4:00 p.m. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM or DUNS Number and CAGE Code - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work on three (3) recent projects greater than $250,000.00 in value (not more than five (5) years old.) Include the project name and description of the key/salient features of the project (completion date, total contract construction value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc.) and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Firm's capability to perform, to include geographic span and project size. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Ashley Stewart E-mail: ashley.l.stewart@usace.army.mil The email should be titled: B. Everett Jordan Dam Bypass Pumping, Sources Sought Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0c0bc5dc219e4d15a2086ed4617fb6d8/view)
- Place of Performance
- Address: Moncure, NC, USA
- Country: USA
- Country: USA
- Record
- SN05850850-F 20201112/201110230148 (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 |