SOURCES SOUGHT
99 -- Grissom Ave Construction and Repair Intersection
- Notice Date
- 11/10/2020 1:06:38 PM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-21-ARB-Grissom
- Response Due
- 11/25/2020 12:00:00 PM
- Archive Date
- 12/10/2020
- Point of Contact
- Maria A. Beyl, Phone: 5023156230
- E-Mail Address
-
maria.a.beyl@usace.army.mil
(maria.a.beyl@usace.army.mil)
- Description
- The purpose of the project is to construct a new bituminous surfaced, illuminated and curbed two lane route for Grissom Avenue and to construct a bituminous surfaced and illuminated two lane traffic circle at the intersection of Grissom Ave, Warthog St, Boxcar St, and Dragonfly Lane with curbs, sidewalk, and storm water drainage. Demolish the existing (replaced) portion of Grissom Ave, sidewalks, curbs, and parking stalls. Seed and landscape the new and restored greenspace. Install traffic signs and stripe new pavement Contract duration is estimated at 390 calendar days. The estimated cost range is between $2,000,000 and $5,000,000. NAICS code is 237310.� All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business contractors should respond to this survey via email by 25, November, 2020 by 3:00 PM Eastern Standard Time. Responses should include: � Identification and verification of the company�s small business status. Contractor�s DUNs Number(s) and CAGE Code(s). Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. Description of Experience � Interested construction firms must provide no more than three (3) example projects with greater than 95 percent completion or projects completed in the past five (5) years in which the interested firm served as the prime contractor.� Example projects must be of similar 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.� 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. a.��Projects similar in scope to this project include: General roadway construction including� the demolition of existing�roadways and associated elements, clearing & grubbing, establishment of vertical & horizontal control, roadway layout & alignment, grading of subgrade, furnishing & installation of base materials, pavements, stormdrain & structures, curb & gutter, landscaping, traffic signage & striping, and illumination. � b.� For completed projects: a brief description of successful roadway constructed and other items typically in and along roads and rightways that met the project requirements; a description of warranty issues or concerns; original contract amount, pending and actual modification cost, pending and actual claims. � c.� Projects similar in size to this project include: 4,388 CY � 5. Base on the definitions above, for each project submitted, include: a. Current percentage of construction complete, or the date when it was or will be completed. b. Scope of the project. c. Size of the project. d. Whether the project delivery method was Design Bid Build (DBB) or Design Build (DB). e. The dollar value of the construction contract. �f. The portion and percentage of the project that was self preformed. 6.� 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. Email responses and any questions to Maria Beyl at maria.a.beyl@usace.army.mil. 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 for responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (www.Beta.SAM.gov) prior to award of a contract. All proposed contractors are highly encouraged to review FAR Clause 52.232-33 Payments by Electronic Funds Transfer � System for Award Management, which indicates �All payments by the Government under this contract shall be made by electronic funds transfer (EFT).� Those not currently registered can obtain registration by going to the website http://www.Beta.SAM.gov. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.Beta.SAM.gov. Refer to www.Beta.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg. Please begin the registration process immediately in order to avoid delay of the contract award should your firm be selected. � ALERT: You must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated. This requirement now applies to both new and existing entities. Effective 29 April 2018, the notarized letter process is now mandatory on all CURRENT registrants at SAM who have a requirement to update data on their SAM record.� The notarized letter is mandatory and is required before the GSA Federal Service Desk (FSD) will activate the entity's registration.� Effective 29 June 2018, vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter.� However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (www.Beta.SAM.gov).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a4b34d0c1c884052a2473e2cd266e374/view)
- Place of Performance
- Address: Grissom ARB, IN, USA
- Country: USA
- Country: USA
- Record
- SN05850932-F 20201112/201110230149 (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 |