Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2022 SAM #7376
SOURCES SOUGHT

Y -- FARMERS MUTUAL DITCH ASSOCIATION REACH 1, SAN JUAN COUNTY, NEW MEXICO

Notice Date
2/8/2022 8:24:26 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST ALBUQUERQUE ALBUQUERQUE NM 87109-3435 USA
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP22R0011
 
Response Due
2/23/2022 2:00:00 PM
 
Point of Contact
Karen Irving, Phone: 5053423356, Fax: 5053423496
 
E-Mail Address
karen.k.irving@usace.army.mil
(karen.k.irving@usace.army.mil)
 
Description
SOURCES SOUGHT For W912PP22R0011 FARMERS MUTUAL DITCH ASSOCIATION REACH 1, SAN JUAN COUNTY, NEW MEXICO 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 SOURCES SOUGHT.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� The U.S. Army Corps of Engineers (USACE) � Albuquerque District has been tasked to solicit for and award a constructed buried, non-pressurized, pipeline within an existing irrigation ditch, scaling of rock cliffs adjacent to the irrigation ditch to dislodge loose rock and provide a safe workspace within the ditch, and hauling and removal of rock debris generated by scaling activities near Farmington, New Mexico for the Farmers Mutual Ditch Association.� The proposed project will be a competitive, firm-fixed-price, design-bid-build contract procured in accordance with FAR 15, Negotiated Procurement using a Best Value process, however, the results and analysis of the market research will finalize the determination of procurement method.� The type of set-aside decision to be issued will depend upon the responses to this synopsis. PURPOSE OF SOURCES SOUGHT 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), Historically Underutilized Business Zones (HUB-Zone), Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors.� PROJECT DESCRIPTION & EXPERIENCE REQUIREMENTS The Government is seeking qualified, experienced sources capable of constructing approximately 4,500 feet of buried pipeline having an inner diameter of 72-inches (6-feet). The buried pipeline will be constructed within the alignment of an existing irrigation ditch which is carved in a large sandstone formation. The buried pipeline will be non-pressurized and will carry irrigation flows alongside a steep rock cliff which itself has a history of intermittent rock fall events. The slopes are extremely steep and due to their geological composition pose a potential rockfall hazard to construction workers working below. Prior to construction of the buried pipeline, light rock scaling shall be performed by experienced rock scaling professionals on the cliff faces to dislodge any loose rock. Subsequently the cliff faces shall be certified by a licensed professional geologist with rock scaling experience as safe before construction of the pipeline can begin. �Currently it is anticipated that all rock scaling for this project can successfully be performed without the use of powered pneumatic or hydraulic tools or blasting. Once installed, the buried pipeline will serve as a new maintenance access road and will therefore be required to carry an AASHTO HS-20 traffic loading. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000. The minimum/special capabilities required for this project are: --Prime Contractor experience in construction of buried non-pressurized pipelines having a diameter of 72-inches (6-feet) or larger --Prime Contractor experience in construction of buried pipelines meeting a traffic loading requirement of AASHTO HS-20 or higher --Prime Contractor experience with the Design-Bid-Build process --Prime Contractor experience with rock scaling The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $39.5 Million.� Small Businesses are reminded under FAR 52.219-14 DEV, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees, or similarly situated entities for general construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date for the solicitation is on or about 27 May 2022. The official synopsis citing the solicitation number will be issued on Beta.SAM.gov inviting firms to register electronically to receive a copy of the solicitation when it is issued. INSTRUCTIONS ON SUBMISSION OF RESPONSES TO THIS SOURCES SOUGHT Firm�s response to this Sources Sought shall be limited to 10 pages and shall include the following information: 1.� Firm�s name, address, point of contact, phone number, e-mail address, CAGE, DUNS, and website (if applicable). 2.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, EWOSB, 3.� Provide a list of at least three examples of same or similar work performed by your firm in the past 5 years of same or similar size, scope, magnitude and complexity as the Farmers Mutual Ditch pipe installation and rock scaling. a. Provide a brief description of the project, contract type, contract number, technical description, dollar value of the project, period of performance, customer name along with the current point of contact, telephone number and email, whether your firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Prot�g� program. If your firm was a subcontractor indicate your role in the project and the dollar value of the portion performed. 4. Firm�s experience with the minimum capabilities listed in this Sources Sought Notice. 5. Do you intend to have partners represented in the response? This includes, but is not limited to, existing joint venture partners, potential teaming partners, prime contractor (if responder is potential subcontractor), or subcontractors (if responder is potential prime contractor). If yes, please describe the partner and the expected relationship with respect to this activity. 6. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Indicate whether the firm can bond to the estimated construction price range of this project. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 23 February 2022, 2:00PM MST.� All interested firms must be registered in SAM to be eligible for award of Government contracts. �Email your response to Karen Irving at karen.k.irving@usace.army.mil. Firms responding to this sources sought notice who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought notice. If inadequate responses are received, this solicitation may be issued for full and open competition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4fdef4bc6edd4de48cf00119b523a25a/view)
 
Place of Performance
Address: Farmington, NM 87402, USA
Zip Code: 87402
Country: USA
 
Record
SN06237004-F 20220210/220209211722 (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.