SOURCES SOUGHT
Z -- Nobles Branch Sump Improvements
- Notice Date
- 11/15/2023 9:50:11 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
- ZIP Code
- 76102-6124
- Solicitation Number
- W9126G24T0031
- Response Due
- 11/29/2023 12:00:00 PM
- Archive Date
- 11/30/2023
- Point of Contact
- Robert M. Duran, Phone: 8178861070, Carl S. Oelschig, Phone: 8178861060
- E-Mail Address
-
robert.m.duran@usace.army.mil, carl.s.oelschig@usace.army.mil
(robert.m.duran@usace.army.mil, carl.s.oelschig@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 not be notified of the results of the evaluation. The U.S. Army Corps of Engineers � Fort Worth has been tasked to solicit for and award a construction contract for the Nobles Branch Sump Improvements, located in Dallas, Texas. Proposed project will be a competitive, firm-fixed price design-bid-build contract. Procurement methodology may be an Invitation for Bid (IFB) to be conducted under FAR part 14 Sealed Bidding and may be determined a100% Small Business set aside per FAR 19.5 procedures. Evaluation of bids. Bids shall be evaluated without discussions. After bids are publicly opened, an award will be made with reasonable promptness to that responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price and the price-related factors included in the invitation.� The type of set?aside decision(s) will be determined based on responses received to this synopsis and other market research methods. The acquisition strategy outline under Federal Acquisition Regulation Subpart 6.1, �full and open competition� or 6.2, �full and open competition after exclusion of sources� will be based on responses received from this announcement and other market research methods utilized. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Large and Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (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. SCOPE OF WORK: The Nobles Branch Sump Improvement project includes the installation of four 60-inch reinforced concrete pipes below Empire Central Drive via the jack and bore method. Additionally, it consists of installation of 4 proposed slide gates, plugging and abandoning an existing 60"" RCP culvert, relocation of an existing 48"" Storm sewer, demolishing of existing upstream headwall, installation of inlet and outlets structures, excavation of embankment section, slope protection, channel protection, installation of mechanical and electrical equipment, and roadway pavement repair.� Magnitude of Construction: FAR Part 36 Disclosure of the magnitude of construction is between: $5,000,000 and $10,000,000.00. Period of Performance: Approximately 588 Calendar Days The North American Industry Classification System (NAICS) code for this procurement is 237990 Other Heavy and Civil Engineering Construction which has a small business size standard of $45M. The Product Service Code is Z2PZ. Small Businesses are reminded under FAR 52.219-14, 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. Prior Government contract work is not required for submitting a response to this source sought synopsis.� However, respondents are reminded that all construction performance must follow 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. Firm�s response to this Synopsis shall be limited to 25 pages and shall include the following information: Unique Entity Identification (UEI), Firm�s name, address, point of contact, phone number, and e-mail address. Firm�s interest in bidding on the solicitation when it is issued. Responses to the attached questionnaire. Submit up to three (3) to a maximum of five (5) projects identifying your firm�s capability to perform the magnitude and complexity of work outlined in the Scope of Work above within the past 5 years. Please confirm if your firm will perform the following work as a prime contractor or as a subcontractor. If work will be performed as the prime contractor, does you firm have a pool of qualified subcontractors who can perform some or all of the following work:�a. Placing compacted engineered fill, b. Culvert emplacement and hydraulic structure construction, c.�Work with reinforced concrete pipe up to 60-inches, d. Placement of erosion protection materials to include riprap and articulated concrete blocks, e. Dewatering utilizing wellpoints. Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via a letter from the bonding company. This announcement and all correspondence will be issued via the Government Point of Entry, Procurement Integrated Enterprise Environment (PIEE) (https://piee.eb.mil) and Offerors must be active in SAM.GOV (https://sam.gov) to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM.GOV that include FAR52.204-24 and FAR 52.204-25. Contracting will verify the 889(a) and (b) compliance � per FAR 52.204-26. Award cannot be issues for non-compliance until SAM Registration is complete, otherwise ineligible for award. The SUPPLIER PERFORMANCE RISK SYSTEM (SPRS) (disa.mil) , summary report must be completed prior to an award. The Supplier Performance Risk System (SPRS) is the authoritative source to retrieve supplier and product PI (performance information) assessments for the DoD (Department of Defense) acquisition community to use in identifying, assessing, and monitoring unclassified performance. (DoDI 5000.79). Firms are to register electronically to receive information.� Contractors are responsible for monitoring the site for updates.� This announcement may be viewed in sam.gov. Interested Firm�s shall respond to this Sources Sought Synopsis no later than [2:00PM CDT] [ 29 November 2023].� All interested firms must be registered in sam.gov to be eligible for award of Government contracts. �Email your response to Project Manager Mark E. Herrmann, (PM), mark.e.herrmann@usace.army.mil; Project Manager Sarwenaj Ashraf (PM) sarwenaj.ashraf@usace.army.mil. Contract Specialist: Robert M. Duran, �robert.m.duran@usace.army.mil� Contracting Officer: Carl S. Oelschig, carl.s.oelschig@usace.army.mil. Nobles Branch Sump Improvements Sources Sought Questions The purpose of the questions is to gather market insight with regard to civil works type construction to be considered in plans and specifications. 1. This contract may be procured through an invitation to bid (sealed bid). 2. Have you successfully bid and executed a Design-Bid-Build contract? 3. Would you serve as the prime contractor or a subcontractor? If you are the Prime contractor, would you construct all the features or what work features would you subcontract? 4. Provide a short narrative on constructing storm drains, hydraulic structures, and roadways?� What difficulties did you encounter?� 5.Provide a short narrative on performing jack and bore methods of construction? Provide a description of equipment or sources used previously for such work.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5522be21abf046778ab7c4618f70c6b7/view)
- Place of Performance
- Address: Dallas, TX 75201, USA
- Zip Code: 75201
- Country: USA
- Zip Code: 75201
- Record
- SN06886492-F 20231117/231115230059 (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 |