Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOURCES SOUGHT

Y -- Chicago Sanitary and Ship Canal (CSSC) Permanent Dispersal Barrier I - Water Structures, Romeoville, IL

Notice Date
4/11/2013
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 111 N. Canal, Suite 600, Chicago, Illinois, 60606, United States
 
ZIP Code
60606
 
Solicitation Number
W912P6-13-S-0006
 
Point of Contact
Anita R. Simpkins, Phone: 312-846-5372, Elizabeth C. Newell, Phone: 312-846-5370
 
E-Mail Address
anita.r.simpkins@usace.army.mil, elizabeth.c.newell@usace.army.mil
(anita.r.simpkins@usace.army.mil, elizabeth.c.newell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
By way of this Sources Sought Notice, the USACE- Chicago District intends to determine the extent of capable Firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute An Invitation for Bid (IFB); it does not guarantee the future issue of an IFB; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited bids/proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submission become Government property and will not be returned. Not responding to this Notice does not preclude Participation in any future IFB, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. BACKGROUND: Location and Purpose: The project site is located in Romeoville, IL adjacent to the Chicago Sanitary and Ship Canal. The dispersal barriers are located in the Chicago Sanitary and Ship Canal (CSSC), which is a man-made waterway creating the only continuous connection between Lake Michigan and the Mississippi River basin. The dispersal barrier system was developed to prevent the spread of invasive fish species between these watersheds. Project History: Operation of the first barrier (Barrier I) by USACE began in April 2002, demonstrating a new technology for preventing the spread of aquatic nuisance species. Barrier I, which is located at river mile 296.5 in Romeoville, IL, is formed of steel cables that are secured to the bottom of the canal. A low-voltage, pulsing DC current is sent through the cables, creating an electric field in the water. The electric field is uncomfortable for fish and they do not swim across it. In 2004, the Corps initiated construction of a permanent barrier (Barrier II) to prevent the migration of fish, including Asian carp, between the watersheds. Barrier II, which is located 800 to 1,300 feet downstream of Barrier I, also uses a pulsed electric field, but includes several design improvements identified during monitoring and testing of Barrier I. The Water Resources Development Act of 2007 authorized the Corps to complete Barrier II, to upgrade Barrier I and make it permanent, to study the range of options and technologies for reducing impacts of hazards that may reduce the efficacy of the barriers (the Efficacy Study,) and to operate and maintain the barrier system at full federal cost. Barrier II is able to generate a more powerful electric field over a larger area and was implemented in two halves, known as Barriers IIA and IIB. Barrier IIA began full-time operation in 2009. Barrier IIB became fully operational in 2011. The work required under this newly proposed contract will consist of prepping the site for a new Barrier I. GOVERNMENT REQUIREMENTS: The proposed contract will be awarded as a Firm-Fixed Priced Construction Contract with a 275 calendar day performance period. The work under this contract will include (but not limited to): The proposed features of the project include the construction and installation of underwater steel structures which consist of 5"x5" weldable steel and associated electrical cables, concrete duct bank and manholes. The steel structures and electrical cables will be installed along the bottom of the canal with the cabling strung through existing boreholes located along the sides of the canal. Additional electrical connections and wiring will be required in the concrete duct bank and manholes. SCOPE OF CAPABILITIES: The USACE-Chicago District is searching for contractors that are capable of executing the work described above. REQUESTED INFORMATION: Since this notice is being used to assess the extent of Firms capable of fulfilling the government's requirements, this Agency requests that interested contractors complete the following questions to assist the government in its efforts. 1. Is your firm capable of executing the work herein or provide subcontracting capabilities. 2. Is your company currently registered with the System For Award Management (SAM) Database? If not, has it been registered or does it plan to register? 3. In consideration of NAICS code 237990, with a small business size standard in dollars of $33.5 Million, which of the following small business categories is your business classified under, if any? Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUB Zone Small Business, or 8(a) Business. 4. Is your company currently prohibited from doing business with the Federal Government? Yes / No (If yes, explain.) 5. Is the potential offeror capable of obtaining performance and payment bonds for a project valued between $5,000,000 and $10,000,000? 6. Is the potential offeror a small-business interested in performing as a subcontractor to one of the items of work? 7. Is the potential offeror capable of adhering to a Small Business Subcontracting Plan where at least 50% of the work will be requested to be performed by a small business? 8. Ability to provide a bid for this project if advertised during the month of May to June? 9. Is your interest in this project high, medium or low? SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Anita R. Simpkins prior to 4:30 p.m. (CDT) on 18 April 2013, via email to: anita.r.simpkins@usace.army.mil (ensure that the number of the Sources Sought Notice of "W912P6-13-S-0006" is included in the subject line of the email). Any electronic files (EMAIL) of the quotes CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to Ms. Simpkins' email inbox. Or, Respondents are welcome to fax their submittals to: Anita R. Simpkins, Contract Specialist, Contracting Branch to: 312-886-5475 (please mark the transmittal form with the sources sought announcement number W912P6-13-S-0006). POINT OF CONTACT for this action is Anita R. Simpkins: (312) 846-5372.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-13-S-0006/listing.html)
 
Record
SN03034770-W 20130413/130411235558-99df317cb8c6309edfe1801888c63c49 (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.