Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2021 SAM #7153
SOURCES SOUGHT

Z -- Market Survey_Olmsted Dam Maintenance Support Contract

Notice Date
6/30/2021 12:04:43 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
Mkt-Survey-OlmstedDamMaintenance
 
Response Due
7/15/2021 9:00:00 AM
 
Archive Date
07/30/2021
 
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, 8A, Woman�Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The Contractor shall provide all labor and equipment, necessary to perform all operations in lifting and setting a government furnished dive deflector box that will be used to support USACE employees and divers for the replacement of dam wickets at Olmsted Locks & Dam and clearing of the concrete area near the horse hinge pin. Contract duration is estimated at 1825 calendar days (18 OCT 2021 � 30 APR 2023, OPTIONS THROUGH OCT 2026). The estimated cost is $8,200,000.00 if awarded without options or $30,000,000.00 if awarded with options. NAICS code is 237990. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service-Veteran Owned Business contractors should respond to this survey by email on 08 July 2021 by 10:00 a.m. Eastern Standard 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 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.� �� Projects similar in scope to this project include: Dam repairs, culvert valve replacement, and tainter gate repairs. Projects that involved transporting, lifting and setting a 60-ton dive deflector box in various dam water conditions. Providing fleet support services to include hoisting and winching, positioning and anchoring a fleet, and underwater excavation. Projects similar in size to this project include: The use of a tow boat, large floating crane, flat deck barge, floating excavation equipment, and anchors to hold the fleet in position. 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. 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/8fc84d180f2441d2ba6188bdaf802869/view)
 
Place of Performance
Address: Olmsted, IL 62970, USA
Zip Code: 62970
Country: USA
 
Record
SN06048358-F 20210702/210630230119 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.