Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Island Creek Berm Repair

Process Number W912PM22B0008

USA

Dates:


Notice ID:

W912PM22B0008

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

US ARMY ENGINEER DISTRICT WILMINGTO

Office:

US ARMY ENGINEER DISTRICT WILMINGTO

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 01, 2021 02:00 pm est

Inactive Policy:

manual

Original Inactive Date:

dec 31, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

z2ka - repair or alteration of dams

NAICS Code:

237990 - other heavy and civil engineering construction

Description:


Original Set Aside:

SOURCES SOUGHT NOTICE FOR Island Creek Berm Repair This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors. The project consists of modifying the top of the existing seepage berm to provide a sloped surface for drainage, constructing two access ramps to the toe of the existing seepage berm, constructing 2 concrete ditches along the existing access road, repairing and re-grading the existing access road, constructing 5 drop inlets along with the required RCP outfall pipes, reset monitoring monuments, repairing existing concrete around manholes, and protecting the existing piezometers. The magnitude of construction for this project will be between $500,000.00 and $1,000,000.00. All interested firms with 237990 as an approved NAICs code have until 01 December 2021 at 2:00 p.m. EST to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM or DUNS Number and CAGE Code - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work (i.e., complex construction projects) in the area of General Construction associated with creek berm repairs. The contractor must provide evidence of comparable work on three (3) recent projects greater than $250,000.00 in value (not more than five (5) years old.) Include the project name and description of the key/salient features of the project (completion date, total contract construction value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role). Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Firm's capability to perform, to include geographic span and project size. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Ros Shoemaker and Alicia Evans E-mail: Rosalind.m.shoemaker@usace.army.mil and Alicia.g.evans@usace.army.mil The email should be titled: W912PM22B0008 Island Creek Berm Repair, Sources Sought Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.

Attachments / Links:


Document Size Updated date Download

Contact Information:


KO CONTRACTING DIVISION 69 DARLINGTON AVENUE

WILMINGTON , NC 28403-1343

USA

Primary Point of Contacts:

Alicia Evans

Secondary Point of Contact:

Rosalind M. Shoemaker