Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2025 SAM #8524
SOLICITATION NOTICE

Y -- Automated Mat Casting Facility at Richardson Landing

Notice Date
3/27/2025 1:37:39 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W07V ENDIST MEMPHIS MEMPHIS TN 38103-1894 USA
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ25RA003
 
Archive Date
09/30/2025
 
Point of Contact
Candra Scott, Monica Pitchford, Phone: 9015443048
 
E-Mail Address
Candra.M.Scott@usace.army.mil, Monica.A.Pitchford@usace.army.mil
(Candra.M.Scott@usace.army.mil, Monica.A.Pitchford@usace.army.mil)
 
Description
Work Location: The work on this Design Build Standalone Single Award Contract will be performed at the Richardson Landing Casting Field in Drummonds, TN. The U.S. Army Corps of Engineers (USACE) Memphis District (MVM) is seeking contractors with the capability of designing and developing an automated casting plant on the grounds of Richardson Landing to mass produce articulated concrete mattress (ACM) squares to Government specifications within specific tolerances. The magnitude of construction is more than $10,000,000. The contract will consist of furnishing all plant, labor and materials for the design and construction of an automated mat casting facility, having the capability of producing a minimum target quantity of articulating concrete mattresses that meet specific quality and performance requirements, utilizing Government furnished wire-mesh fabric and any incidental related work. The facility must be capable of casting 50,000 squares of ACM per shift per year (eight (8) hour shifts, 250 working days per year, three (3) shifts = 150,000 squares per year). The facility must be able to manufacture stacks up to 14 squares high, avoid use of separation paper between squares, prevent concrete spillage into form scarf boxes, and reduce risk of cracked or broken squares. The Government may approve requests for minor modifications to mat square dimensions. A recommended mix design is also required. The North American Industrial Classification System (NAICS) code for work performed under this contract is 236220 � Commercial and Institutional Building Construction, which has a Small Business Size Standard of $45 Million in average annual receipts. This solicitation is intended to be issued as an unrestricted procurement with a HUBZone Price Evaluation Preference. The Government intends to award one (1) Design-Build Firm-Fixed Price contract. Solicitation is anticipated to be issued in April of 2025. Phase 1 Proposal Due Date: Anticipated thirty (30) days after the solicitation posting date. The solicitation will be evaluated under the Two-Phase Design Build Process. In Phase One, interested large or small business firms (referred to as �Offerors�) may submit certain specified performance capability. Proposals must demonstrate the offerors capability to successfully execute the Design-Build construction, including preconstruction services to include design associated activities such as environmental clearances, surveys, soil borings, real estate rights of entry/easements, etc. The Government will evaluate responsive proposals based on the Phase One and Phase Two criteria. The Government will evaluate proposals in accordance with the Phase One evaluation criteria to determine which offerors will submit proposals for Phase Two. The Government intends to select a maximum of three (3) of the most highly qualified Offerors to submit proposals for Phase Two proposals in accordance with the Phase Two evaluation criteria with the intent to award one Firm-Fixed Price contract. The solicitation package, materials, documents, drawings, specifications, and attachments to the anticipated solicitation will be available electronically to download from Procurement Integrated Enterprise Environment (PIEE) the website at https://piee.eb.mil. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. This notice does not obligate the Government to award a contract, nor does it obligate the Government to pay for proposal preparation costs. Vendors seeking to do business with the Memphis District must complete a vendor registration on https://piee.eb.mil as you will be required to submit proposals through the PIEE Solicitation Module. Please note that it is imperative that the e-mail address used to register in System for Award Management (SAM) website at https://sam.gov MUST be the same e-mail address used to register in PIEE. There are 10 general steps a vendor must follow to register and use PIEE application modules. A complete list can be viewed at the following site: https://piee/eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step1. For additional information regarding this solicitation please contact Ms. Candra Scott at Candra.M.Scott@usace.army.mil. In order for interested contractors to conduct business with the Federal Government, contractors must be registered in the System for Award Management (SAM) prior to submission of an offer. Contractors can access SAM free of charge at http://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c0db40857bf84291bef19706b0ec373d/view)
 
Place of Performance
Address: Drummonds, TN 38023, USA
Zip Code: 38023
Country: USA
 
Record
SN07388474-F 20250329/250327230046 (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.