Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
MODIFICATION

Z -- Fort McNair Sea Wall Repairs, Washington, D.C.

Notice Date
3/26/2015
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-15-S-0021
 
Point of Contact
Alex Heinzel,
 
E-Mail Address
alexander.t.heinzel@usace.army.mil
(alexander.t.heinzel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
By way of this Market Survey/Sources Sought Notice, the USACE-Baltimore 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 upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited 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 submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, 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. PLANNED PROJECT/ACQUISITION: Project Title: Fort McNair Sea Wall Repairs, Washington, DC Magnitude of Construction Project: Between $1,000,000 and $5,000,000 Work Description: The Sea Wall is 5,480 ft long laid up stone and mortar wall with a concrete cap and a 60 ft long curved concrete seawall and a 150 ft reinforced concrete seawall with stone fascia. The waterfront structure is located along the west and south end of the Fort McNair Installation with site access from 1st Avenue. In general terms the repairs comprise the "critical, serious and poor", areas noted in red and the "fair condition" areas in yellow. The Sea Wall conditions will be identified by the following rating system: 1) Critical: Very advance deterioration, overstressing, or breakage has resulted in localized failure(s) of primary structural components. More widespread failures are possible or likely to occur, and load restrictions should be implemented as necessary. Repairs may need to be carried out on a very high priority basis with strong urgency. 2) Serious: Advance deterioration, overstressing, or breakage may have significantly affected the load bearing capacity of primary structural components. Local failures are possible and loadings restrictions may be necessary. Repair may need to be carried out on a high-priority basis with urgency. 3) Poor: Advance deterioration or overstressing is observed on widespread portions of the structure but does not significantly reduce the load-bearing capacity of primary structural components. Repairs may need to be carried out with moderate urgency. 4) Fair: All primary structural elements are sound, but minor to moderate defects or deterioration is observed. Localized areas of moderate to advance deterioration may be present but do not significantly reduce the load-bearing capacity of the structure. Repairs are recommended, but the priority of the recommended repairs is low. ** See attached map for Assessment Summary ** Scheduled Advertise Date (subject to change): Late June 2015 SCOPE OF CAPABILITIES: The USACE-Baltimore District is searching for contractors that are capable of performing the above project. 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: Interested sources shall submit the following: 1. Company name, address, phone number and point-of-contact. 2. Please submit your cage code and DUNS number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in SAM at time of contract award. Please see https://www.sam.gov/portal/public/SAM. 3. Indicate the primary nature of your business. 4. Provide two (2) examples of projects similar to requirements described in the project description above, within the past seven (7) years. Please demonstrate experience in the type of work at the similar contract value, in a similar type of location. Include point of contact information for examples provided as past performance on indicated projects so that it may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. In addition please provide: 5. A letter from the surety regarding the potential Small Business General Contractor's maximum bonding capability for a single contract action as well as the total aggregate bonding capacity. Total submittal shall be no longer than twelve (12) pages in one.pdf file or word document. Email responses are required. Responses are to be sent via email to alexander.t.heinzel@usace.army.mil no later than 3:00 p.m. on 6 APR 2015. ** Please include the Sources Sought Number, W912DR-15-S-0021, in the Subject Line of all responses. **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-15-S-0021/listing.html)
 
Place of Performance
Address: Fort McNair, Washington, DC, 20319, United States
Zip Code: 20319
 
Record
SN03680177-W 20150328/150326235403-2e8e2f5f07c45a4da126a51dbafa7c7d (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.