Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOURCES SOUGHT

Y -- Repair Retaining Wall at LeRay Pond

Notice Date
7/14/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
MICC - Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
W911S2-14-R-LERAY
 
Response Due
7/18/2014
 
Archive Date
9/12/2014
 
Point of Contact
Tammy Davis, 315-772-6502
 
E-Mail Address
MICC - Fort Drum
(tammy.davis4.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
The Mission and Installation Contracting Command - Fort Drum is conducting market research to determine the extent of HubZone small business concerns capable of performing as a prime contractor under a firm fixed price contract. The Government will use responses from this sources sought synopsis to make an appropriate acquisition decision about soliciting this requirement. This is neither a solicitation announcement, nor a Request for Proposals (RFP) or Invitation for Bids (IFB) and does not obligate the Government to any contract award. Responses to this Sources Sought notice are for PLANNING PURPOSES ONLY. The purpose of this Sources Sought Notice is to determine interest and capability of potential HUBZone qualified small businesses relative to the North American Industry Classification Code (NAICS) 236220, Commercial and Institutional Building Construction. The small business size standard is $33,500,000. The Government anticipates awarding a firm fixed Price contract to repair the Le-Ray dam, Fort Drum, NY. The existing dam is in poor condition and water is seeping through the structure. The scope of work under this acquisition will include, but not be limited to the following: repair the existing masonry/concrete dam/retaining wall and spillway; reshape the banks; lower the water level approximately 2-3 ft, using a coffer dam; clear and grub; install temporary gravel access road for construction and removal upon project completion; water quality control/sedimentation; site restoration and any incidental work to complete the project. The face of the concrete dam/retaining wall shall be a stamped stone pattern which is close to the historical theme of the LeRay Dam. The LeRay Dam is located about 500 feet west of the drive to LeRay Mansion from LeRay Dr.;( listed on the National Register of Historic Places in July of 1974) and is part of the LeRay Mansion Historic District (1993). The dam is NOT currently listed in the National Inventory of Dams (NID) or NYSDEC. Per the Federal Guidelines for Dam Safety: Hazard Potential Classification System for Dams (FEMA 333) - Prepared by the Interagency Committee on Dam Safety, October 1998, Reprinted January 2004, the LeRay Dam is most likely classified as a quote mark Low Hazard Potential quote mark. The project area has historical, archeological and cultural significance (refer for details at the website http://www.drum.army.mil/PublicWorks/Pages/CulturalResources.aspx). Therefore construction activities in the area would have to be carried with care without jeopardizing the historical, archeological and cultural integrity. There are some graves in the vicinity of the project in 50 yards radius. The Contractor is advised that critical to the successful performance of this project is the control of surface water runoff during construction to limit impacts to downstream wetlands. The total regulated soil disturbance that will result from construction of the project is less than one acre and the total increase in impervious surfaces (builds and gravel) will be less than 1 acre. Therefore, in accordance with the New York State Department of Environmental Conservation (NYSDEC), SPDES General Permit for Stormwater Discharges from Construction Activates, Permit No. GP-0-10-001, a full Stormwater Pollution Prevention Plan (SWPPP) is not required. However, stormwater management that includes erosion and sediment control with best management practices is required. The expected magnitude of this requirement in terms of estimated price range is between $250,000 and $500,000. The Davis-Bacon Act will apply. Responses to this sources sought shall include the following: 1. Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current HubZOne business status under NAICS 236220. 2. Prior/current experience performing efforts of similar size and scope within the last six years, including contract number, organization supported, indication of whether a prime or subcontractor, and contract value. 3. Bonding Limits 4. Registered in System for Award Management (SAM) (Y/N) The information should be submitted no later than 4PM Eastern Standard Time, on 18 July 2014 via email to Tammy Davis, Contract Administrator, tammy.davis4.civ@mail.mil, with a subject of Repair Retaining Wall at LeRay Pond. If a solicitation is issued, it will be announced at a later date. Telephone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e48b6a8580988b74ec05d3c3e9b23f42)
 
Place of Performance
Address: MICC - Fort Drum Directorate of Contracting, 45 West Street Fort Drum NY
Zip Code: 13602-5220
 
Record
SN03424050-W 20140716/140714235744-e48b6a8580988b74ec05d3c3e9b23f42 (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  © 1994-2020, Loren Data Corp.