Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
SOURCES SOUGHT

Y -- Tadpole Dike Reinforcement, Moniteau County, Missouri

Notice Date
6/13/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-12-B-1031
 
Response Due
6/22/2012
 
Archive Date
8/21/2012
 
Point of Contact
David Boone, (503) 808-4614
 
E-Mail Address
USACE District, Kansas City
(david.c.boone@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a sources sought notice, a market survey whose purpose is to elicit information only. No proposals are being requested or accepted with this notice. This is not a solicitation. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of members of the Small Business Community to include Section 8(a) concerns, Historically Underutilized Business Zone (HUB-Zone) concerns, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns to compete and perform a Firm-Fixed-Price (FFP) Construction Contract. The procurement will result in the award of a firm-fixed price construction contract. The US Army Corps of Engineers, Kansas City District, requires a construction contract to construct dike reinforcement in the Tadpole Island chute, Moniteau County, Missouri. The Tadpole Chute is located between Missouri River Miles 179.8 to River Mile 180.5. The chute was initially constructed in 2006. Floods have widened the chute and approximately doubled the flow through the chute since construction and threatened the navigability around the bend. Flows must be reduced to maintain navigability. In order to do this, the wooden pile dike structure at the chute entrance will be built up and reinforced with rock to reduce the flow through the chute. Work will consist of placing new quarry-run stone within the chute at or around the current buried pile dike at Station 87+57. All work to be performed will be completed by floating plant as no land access will be available. Contractor must have capability of mobilizing, loading, and unloading barges from accessible approved quarries along the Missouri River. Rock is typically placed by way of dragline or track-hoe from a work barge. New stone must be broken, quarry-run, durable stone, approved and tested, and weigh no more than 2000 lbs. A specific description of structure work will be provided to place stone. During construction in 2006, existing pile dikes were broken to -7 CRP or lower in an area 200 ft long by 15 feet wide to allow for the placement of notch rock. Most of the rock has since washed away and the pile dike has been worn down in areas, but the majority of the pile dike remains in place. Adding rock to the pile dike structure is an attempt to constrict and decrease flows through the chute. Rock will be added to the existing pile dike to achieve a consistent elevation of -10 CRP in the center of the chute for a width of 15 feet and length of 150 feet. Rock will then be added at a 3:1 slope until an elevation of +6 CRP (566 feet) is achieved. 20,000 - 30,000 tons of rock will be added to the existing pile dike structure. The width of the chute is approximately 600 feet and the depth of water at the dike location is approximately 15 feet. The magnitude of the construction is estimated to be between $500,000 and $1,000,000. The NAICS Code is 237990. The small business size standard is $33.5 million. This sources sought notice is solely for the Government's use as a market research tool. As such, the issuance of a competitive solicitation is NOT guaranteed. All responsible sources are encouraged to submit a response to this notice with a statement of interest on company letterhead no later than 22 June 2012 by 14:00 (CST). The response to this notice shall be in summary format and shall not exceed twenty (20) pages. All attachments must be provided in either Microsoft Word (.doc) or Adobe Acrobat (.pdf) format. At a minimum, the following must be provided: 1. Company name; 2. Company mailing address; 3. Point(s) of Contact including Telephone Number(s) & E-mail Address(es); 4. Company's current small business category (Small Business, HUBZone, Service Disabled Veteran Owned, and/or 8(a)) as it relates to (NAICS) Code 237990; 5. A capabilities statement of your firm's capacity to meet this requirement to include any similar projects performed over the last two (2) years; 6. Company's aggregate and single project bonding capacity; 7. A listing of the company's equipment that will be used to execute this work (to include "floating plant" equipment). If a solicitation is released in connection to this requirement, vendors must be actively registered in the Central Contractor Registration (CCR) database to be eligible for an award. Firms can register via the CCR internet site at http://www.ccr.gov. For further questions or concerns regarding CCR, please contact CCR assistance at (888) 277-2423, Monday through Friday from 08:00 to 18:00 (EST). Potential vendors must also complete their online representations and certifications (ORCA). To do so requires CCR registration, including an MPIN number. Instructions for completing the ORCA registration may be obtained, and required information may be entered at http://orca.bpn.gov. Per the direction of FAR 4.5 "Electronic Commerce in Contracting", the Federal Government shall use electronic commerce whenever practicable or cost-effective. Therefore, responses to this announcement shall be sent via email to david.c.boone@usace.army.mil. Responses via FAX or traditional mail will not be accepted. For specific Small Business questions, contact Carol McIntyre at (503) 808-4602. All information received will be considered. Failure to respond to this notice does not preclude a firm from offering on any resultant solicitation. THIS ANNOUNCEMENT SHALL NOT BE CONSTRUED AS A COMMITMENT OR AUTHORIZATION TO INCUR COSTS IN ANTICIPATION OF AN AWARD. THE GOVERNMENT IS NOT BOUND TO MAKE ANY AWARDS UNDER THIS NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-12-B-1031/listing.html)
 
Place of Performance
Address: USACE District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02773977-W 20120615/120613234810-a49df205f17b69f3923255cc4da60f7f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.