SOURCES SOUGHT
99 -- W912BV21R0047-Presolicitation Notice (Sources Sought)- Bureau of Reclamation Waterline Relocation, Tinker AFB
- Notice Date
- 5/25/2021 11:46:40 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV21R0047
- Response Due
- 6/25/2021 12:00:00 PM
- Archive Date
- 07/10/2021
- Point of Contact
- Ryan Jacob Kelly, Phone: 9186697279, Julie S. Hill, Phone: 9186697699
- E-Mail Address
-
ryan.j.kelly@usace.army.mil, julie.s.hill@usace.army.mil
(ryan.j.kelly@usace.army.mil, julie.s.hill@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS Bureau of Reclamation waterline relocation, Tinker AFB This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award a requirement to relocate a BoR waterline. Proposed requirements will be a competitive, firm-fixed price, design/build contract procured in accordance with FAR 15, Negotiated Procurement using the trade-off process.� Actual set-asides decisions will be made based on market research. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and WOSB.� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing work IAW the following project description: The work includes design and construction of approximately 9,500 linear feet of raw waterline on Tinker AFB via open cut or bore including all appurtenances as shown in the plans and described in the specifications, construct connections to existing pipelines, hydrostatically test the pipeline and all appurtenances, remove or grout-in-place approximately of 6,800 linear feet of existing 21� and 24� water line, and incidental related work. The US Army Corps of Engineers is seeking to move a raw waterline to a new alignment. The existing waterline currently has an alignment that interferes with construction of other structures on the KC-46A campus. The existing line will remain in service until replacement pipeline is placed in service. Contractor shall verify site conditions independently. Option to design and replace approximately 450 linear feet of 24"" raw waterline immediately to the West and East of the Tinker AFB boundary. This option is to connect the newly installed waterline on Tinker AFB with end points of waterline recently replaced by the Bureau of Reclamation outside of Tinker AFB boundary. This will ensure that no sections of ""old"" waterline remain in the system. For work outside of the secured perimeter(off-Base), the contractor shall still be required to follow guidance of TAFB when working in proximity to the secure area. All work off-base shall follow city guidance and any AHJ. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: �Between $5,000,000 and $10,000,000 The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $39.5M.� Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis.� However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Planned Key Dates: Planned solicitation is OCT2021. Planned award is APR2022. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.sam.gov, inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide 3-5 examples. ����������� � 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm�s shall respond to this Sources Sought Synopsis no later than 25 Jun 2021 at 2:00PM CDT.� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Mail, fax or email your response to Ryan Kelly, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email: Ryan.J.Kelly@usace.army.mil Fax: 918-669-7436
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/74e783aa28434c09a6d8a82bc4cebf0b/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN06012904-F 20210527/210525230106 (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 |