SOURCES SOUGHT
99 -- Brandon Road Interbasin Project - Increment 1A
- Notice Date
- 9/7/2022 3:38:34 PM
- Notice Type
- Sources Sought
- Contracting Office
- W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
- ZIP Code
- 61299-5001
- Solicitation Number
- W912EK23-Brandon-Road-Interbasin-Project
- Response Due
- 9/28/2022 12:00:00 PM
- Point of Contact
- Troy Robbins, Phone: 3097945205, Jeffrey R. Voss, Phone: 3097945914
- E-Mail Address
-
troy.a.robbins@usace.army.mil, Jeffrey.R.Voss@usace.army.mil
(troy.a.robbins@usace.army.mil, Jeffrey.R.Voss@usace.army.mil)
- Description
- Sources Sought/Request for Information Brandon Road Interbasin Project � Increment 1A Purpose and Objectives:� The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran- owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their understanding, capabilities and experience relative to the proposed acquisition to assist the Government in determining the expectation of receiving bids from responsible small business contractors at fair market prices. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set- aside is possible. An organization that is not considered a small business under the applicable NAICS code can submit a response to this notice, however their capabilities may/may not be assessed for the purposes of this notice.� A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice is solely within the discretion of the Government. The Corps of Engineers (COE), Rock Island District does not intend to award a contract on the basis of responses received, however as a result of this Sources Sought Notice, the COE may issue a Request for Proposal (RFP). Interested parties are expected to review this Notice and the Project Requirements to familiarize themselves with the requirements of this project. Background: ��� The Brandon Road Interbasin Project (BRIP) is located immediately downstream of the Brandon Road Lock and Dam as shown in Figure 1. The navigation lock is located near Illinois Waterway River Mile No. 286 on the Des Plaines River in the City of Joliet, Illinois in Will County. The BRIP was developed to control the upstream transfer of aquatic nuisance species (ANS) at the Brandon Road Lock and Dam on the Des Plaines River. The overall project has several components including an Engineered Channel (EC) in the area immediately downstream of the Brandon Road Lock and a flushing lock feature added to the lock itself as shown in Figure 2. �Within the EC, several deterrents are proposed to be further modeled, developed, and designed and include: (1) electric deterrent; (2) acoustic fish deterrents; and (3) air bubble deterrents, with additional EC area for future deterrent technologies. Other features of the overall project include boat ramps upstream and downstream of Brandon Road Lock and Dam to provide access to the waterway for monitoring, utility installations to support the project, and buildings and other support facilities on either the right or left banks or both. The entirety of the project has been divided into three (3) separate design and construction increments, specifically Risk Reduction Increments 1, 2 and 3, with Increment 1 further divided to include the focus of this sources sought, Increment I-A. See�Figure 1 Site Location See�Figure 2 Current 10% Design Layout Project Requirements: Increment 1-A of the project was established to incorporate the leading-edge ANS deterrents and provide a first phase construction timeline. The leading-edge technologies include an Automated Barge Clearing (ABC) Deterrent, air bubble deterrents and narrow speaker arrays. These leading-edge deterrents are to be constructed in the Des Plaines River immediately downstream or just within the approach channel. Leading-edge deterrent facility support buildings, access road and parking/turnaround area, site utilities and the upstream boat ramp and access road are also included as part of Increment I-A. This will be a construction contract to be primarily constructed during 2023-2024. � A potential Contractor must demonstrate through experience, references, project lists, or reports, they possess relevant resources and capability for the following items: Experience performing in a relatively constrained work site. Experience working in a marine setting with active navigation traffic. Experience working around a dam structure. Experience coordinating construction activities and obtaining permits such as NPDES and ROW access. Experience coordinating critical manufacturing, delivery, and installation of major site components to meet schedule. NAICS Code and Size Standard:� In the event an RFP is issued, North American Industry Classification System (NAICS) code 237310 with a size standard of $36.5M is being considered. Estimated Range:� $10-50 Million Solicitation Type:� The Government is considering using a Lowest Price Technically Acceptable or Best Value Trade Off Method for solicitation of this project. Please provide any feedback on the potential solicitation and evaluation method, as well as appropriate provisions and considerations for these types of solicitations and evaluations, from an industry perspective. Capability Statement/Information Sought: All parties interested in this project must demonstrate that they would have the potential to be a responsive and responsible contractor for the following project technical criteria. Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft Project Requirements. Tailored Capability Statements for this requirement shall address the following areas: 1. Company Name, DUNS/CAGE (If your company does not have at the time of this sources sought, please be aware that you will be required to register your company in the System of Award Management (SAM) system to be eligible for any future Federal contracts), POC for information including an email, and your current small business status. 2.� Demonstrate the ability to meet the mandatory criteria as noted below: Work plan for overall execution of contract with detailed work sequence and reasoning with qualifications and methodology to accomplish the work within the scheduled contract period. Experience and description for construction methods for the rock excavation of the deterrent trenches and channel bottom, minimizing impacts to navigation Experience and description of construction methods and sequencing to install deterrents in the trenches, minimizing impacts to navigation Experience and description of construction projects involving marine work Experience and description of sequencing and processes with precast unit manufacturing, construction, and installation. Experience and description of sequencing and process with obtaining specialty equipment including needed lead times, handling, temporary storage, protection, and installation. Experience and description of construction methods and sequencing to construct monoliths on the RDB with private property construction limits confining access to navigation channel Experience and description of construction methods and sequencing to construct monoliths, tiebacks/anchors and retaining structures on the LDB with confined land access via the peninsula and evaluation of use of cofferdams, temporary causeways or other, minimizing impacts to navigation Experience and description of construction methods including incorporating material ordering lead times into the schedule for construction of the metal buildings including foundation design Experience and description to demonstrate ability to coordinate and work with the ComEd, AT&T and Comcast utilities during construction Experience and description of construction methods and sequencing to install the deterrent controls and building systems components. Demonstrate product compliance with the plans and specifications, compatibility of the system with the utility services being extended to the site and with the USACE network, and experience with successful installation of similar systems. Experience and description of construction methods and sequencing to construct controlled embankments under unique site constraints (i.e., dam embankments, narrow access paths, active site locations) Describe how and who will anticipate, manage, and correct potential corrective measures that arise during construction Submit a critical path method construction schedule and narrative demonstrating a logical and efficient sequence for completing the work. 3. Project examples with similar complexity and scope (and ideally including all of the mandatory criteria above).� Examples should include all pertinent information regarding the requirements to clearly demonstrate the understanding and abilities of your company.� If you performed previous work as a part of a team, with subcontractors (or other arrangements) please provide information on that relationship, tasks performed by team members etc. to be able to provide the Government with a sense of prime contract management as well as team member/subcontractor management. All project examples shall contain a general scope of work, contractor�s role in the project, percentage of work completed by the Offeror, award and final construction costs, initial and actual schedule for completion. If applicable, include additional information describing the reasons for cost and schedule growth along with avoidance measures for this project. Include a Point of Contact (POC) as well as one alternate Point of Contact to include the name, job title of the POC, address, telephone, and email address. The POC and alternate shall be familiar with the construction performance of the contractor and be a representative of the owner/customer/prime contractor, not affiliated with the contractor. The POC and alternate shall be able to verify the experience cited. 4. �Description of how, as a small business, you would be capable of performing the work, either by 100% self-performance or through teaming.� Specifically, if you would not be self-performing 100% of the work, please provide: An estimate of your self-performance and a proposed team approach (for example:� are you part of an approved mentor prot�g� team through the SBA 8(a) or All Small Mentor Prot�g� Program?� Will you be teaming with other small businesses to meet the self-performance requirements? Will your subcontractors be primarily small businesses? What type of work would likely be subcontracted?� � Have you performed this type of work previously with similar teaming arrangements?� If so, what were issues with contract performance?� � NOTE:� Small businesses may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the areas of the Draft Performance Work Statement that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that at least 15% of the total cost of the contract value must be incurred by or for personnel of the small business firm (or similarly situated entities) pursuant to the FAR clause at 52.219-14 entitled �Limitations on Subcontracting (NOV 2011)�. In order for the Government to make a Small Business (SB) set-aside (or other socioeconomic sub-category) determination, it is emphasized that SB concerns provide sufficient written information to clearly demonstrate their capacity, capability, and responsibility (in accordance with FAR 9.1 and the requirements at FAR 19.502(b)(1) to successfully perform and manage all the requirements of this effort. Upcoming Industry Day: There will be an Upcoming Brandon Road Project Industry Day on 14 November 2022.� The location of the event will be near the Brandon Road Lock and Dam.� Details will be forthcoming on SAM.gov. Information Submission Instructions: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed twenty (20) single sided pages including all information that clearly details the firm�s ability to perform the aspects of the notice described above and in the Project Requirements. 2. Number of Copies: All capability Statement sent in response to this SOURCES SOUGHT/Request for Information notice must be submitted via e-mail to the contract specialist, Jeff Voss at �jeffrey.r.voss@usace.army.mil� and Deputy, Small Business Programs Troy Robbins at Troy.A.Robbins@usace.army.mil. The e-mail subject line must specify Response to Sources Sought:� Brandon Road Interbasin Project � Increment 1A.� 3. Due Date/Time Electronically submitted tailored capability statements are due no later than 28 September 2022 however this does not restrict the Government from accepting responses after this time, if it is in the best interests of the Government for market research purposes, and also does not prohibit the Government from seeking potential capable, and responsible sources from information available from other resources (for instance:� small business databases, known sources, previous contractors) to determine a final procurement strategy.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d2e22837d641465ea4f2e7ce5051d24d/view)
- Place of Performance
- Address: Joliet, IL, USA
- Country: USA
- Country: USA
- Record
- SN06456560-F 20220909/220907230141 (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 |