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

Z -- Sewer Investigative Survey at the Jacobs Creek Civilian Conservation Center

Notice Date
2/8/2022 2:37:01 PM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
DEPARTMENT OF LABOR (OASAM) WASHINGTON DC 20210 USA
 
ZIP Code
20210
 
Solicitation Number
1605AE-22-N-00007
 
Response Due
2/23/2022 11:00:00 AM
 
Archive Date
12/01/2022
 
Point of Contact
Eileen Garnett, Contract Specialist, Phone: 2026933558, Monica Gloster, Phone: 2026935550
 
E-Mail Address
garnett.eileen@dol.gov, gloster.monica@dol.gov
(garnett.eileen@dol.gov, gloster.monica@dol.gov)
 
Description
The US Department of Labor, Office of Job Corps, has a requirement for a qualified firm to provide partial repair of the existing sanitary sewer system network at the Jacobs Creek Civilian Conservation Center located in Bristol, Tennessee.� THIS IS A SOURCES SOUGHT NOTICE.� In accordance with the Federal Acquisition Regulation (FAR) 10.002(b)(i), this notice is issued for the purpose of conducting market research.� Market research is being conducted to determine if there are potential businesses with the capacity and experience to perform the required work.� This is a request for information and not a request for proposal; submission of any information in response to this market survey is purely voluntary. The government will assume no financial responsibility for any costs incurred. The full extent of the work will be described in the solicitation, which may follow at a later date.� However, a summary of the services to be performed are provided as follows.� As previously noted, this work requires the partial repair of the existing sanitary sewer system network. �The repair construction includes selective pipe lining and manhole replacement. The investigative survey and study involve an assessment of the existing sanitary sewer system, including visual inspections and sewer camera inspection to identify all sources of inflow and infiltration, and micrometer data collection to determine relative contributions of inflow and infiltration. The investigative survey and study shall result in a report of findings and recommendations prioritizing the recommended repairs or replacements inclusive of the estimated costs for corrective action. The estimated price range is between $250,000 and $500,000. Firms interested in this requirement are requested to submit a statement of qualifications.� Your statement of qualifications should demonstrate the capacity of your firm to provide the services described above, and shall include the following information: 1. Previous projects of similar scope and value The statement of qualifications shall demonstrate that your firm has performed a minimum of two sanitary sewer inflow and infiltration (I&I) studies that were completed within the last five years using a combination of visual inspections, pipe camera inspections and micro meter data collection. Your submission is to include two or more sanitary sewer system renovation projects completed by your firm within the last five years located on operating high school or college campuses with a $250,000 to $500,000 constructed value. In addition, a minimum of two project examples shall be provided that include pipe lining, and one project that includes manhole replacement that were completed within the last five years. 2. Project Location Your project examples shall include three or more construction projects completed within the last five years located in the region where this work will be performed, indicating a familiarity with local codes and subcontracting community. Project examples shall also include the location of the work (City and State), the project owner, a brief and concise description of the project scope, specialty design consultants employed, and a comparison of the construction budget versus the contract award, and final amount. 3.� Cost control, project schedule, safety, and quality work Project examples should demonstrate a proven record of excellent performance in completing projects on or ahead of schedule.� Using the previous project examples include the Contract Award/NTP date, the original contract completion date, and the actual contract completion date for each project. Include with your submission those project that demonstrate a proven record excellent performance by reducing cost and completing projects on or below budget.� Using the previous project examples indicate the contract award amount, the final contract value, and the percent of change order value relative to the construction value for each project. Provide your established Safety and Quality Control procedures and protocols consistently applied by firm to all projects performed. Provide EMR Safety Ratings for 2020, 2019 and 2018. 4.� Financial Capabilities Please provide your aggregate and per project bonding, capacity limits. The submittal will be evaluated based on the information received in response to this notice to ascertain potential market capacity to provide services consistent in the scope and scale with those described in this notice and otherwise anticipated; and to secure and apply the full range of corporate and financial, human capital and technical resources required to perform similar requirements. Your submission should not exceed 10 pages.� �A response to this Notice is due no later than February 23, 2022, by 2:00pm EST and shall be submitted via email to:� Eileen Garnett, Contract Specialist, US Department of Labor/OASAM/OSPE/JCAS, A/E and Construction, garnett.eileen@dol.gov. HUBZone, small disabled veterans, small disadvantaged, 8(a) certified, women owned, and large business concerns are encouraged to submit a response to this notice.� The NAICS Code for this requirement is 237110.� Acknowledgement of responses will not be made, nor will respondents be notified regarding the results of the Government�s evaluation of the information received.� The determination to proceed with the acquisition is at the discretion of the Government.� Telephone inquiries will not be accepted.� A prospective Offeror interested in obtaining a contract award with the Government must be registered in the System for Award Management.� Additional information regarding contractor registration can be obtained through the following website, www.SAM.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97e2ec964c854c69a85201e5a8213820/view)
 
Place of Performance
Address: Bristol, TN 37620, USA
Zip Code: 37620
Country: USA
 
Record
SN06237009-F 20220210/220209211723 (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.