Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
SOURCES SOUGHT

F -- Cubmerland Levee Emergency Repair at Lake Texoma

Notice Date
7/2/2015
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Tulsa, ATTN: CESWT-CT, 1645 South 101st East Avenue, Tulsa, OK 74128-4609
 
ZIP Code
74128-4609
 
Solicitation Number
W912BV15S0001
 
Response Due
7/8/2015
 
Archive Date
8/31/2015
 
Point of Contact
Punnie Chittchang, 9186697544
 
E-Mail Address
USACE District, Tulsa
(punnie.chittchang@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
**See attachment for full description including photos and sketches.** SOURCES SOUGHT SYNOPSIS For Cumberland Levee Emergency Repair at Lake Texoma This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Tulsa District has been tasked to solicit for and award the Cumberland Levee Emergency Repair at Lake Texoma. Proposed project will be a 8 (a) sole source, firm-fixed price contract. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Section 8(a). The Government is seeking qualified, experienced sources capable of performing all construction work to include all investigation, research, travel, plant, materials, equipment, labor, instruments, tools, subcontractors, supervision, and management. The Contractor shall construct a cofferdam to serve as a temporary repair to the Levee. A riverside temporary cofferdam is proposed to be constructed to provide temporary protection from future high water events of the Washita River. This protection is vital for repairing the levee breach by constructing levee lifts in dry conditions. In addition, the top width of the cofferdam will provide access around the levee breach. The below photos and sketches are for information only. These should not be construed by respondents as final design or project information. They are provided to give respondents an idea of the size and complexity of the project. (See attachment for photos and sketches) All work shall be in accordance with the requirements of 29 CFR 1910,29 CFR 1926, EM 385-1-1, latest editions, and other references as listed herein and applicable. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000 The North American Industry Classification System code for this procurement is 237990. 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated RFP issuance date is on or about 22 July 2015, and the estimated proposal due date will be on or about 28 July 2015. Firm's response to this Synopsis shall include the following information (there is no page limitation): 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) 4. Firm's Business Size -8(a), list other applicable set asides 6. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firm's shall respond to this Sources Sought Synopsis no later than 1400 on 8 July 2015. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email your response to Nathan.R.kloeckler@usace.army.mil or through AMRDEC Safe Site at https://safe.amrdec.army.mil/safe/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV15S0001/listing.html)
 
Place of Performance
Address: USACE District, Tulsa District Cumberland Levee at Lake Texoma Cumberland OK
Zip Code: 74748
 
Record
SN03784665-W 20150704/150702234914-386419ef223e0e3797ad91c5feb09050 (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.