Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOURCES SOUGHT

Y -- Tuttle Creek Stilling Basing, Manhattan, KS.

Notice Date
12/21/2016
 
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, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-17-SS-1221
 
Archive Date
1/28/2017
 
Point of Contact
Willie Hodges, Phone: 8163893469
 
E-Mail Address
willie.e.hodges@usace.army.mil
(willie.e.hodges@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement, for market survey information only, to be used for preliminary acquisition planning purposes. No proposals are being requested and none will be accepted in response to this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The purpose of this Market Research and Sources Sought Notice is to determine if there are adequate contractors to provide adequate competition to compete and perform a firm fixed price construction type contract for a design bid build project to excavate along the landward side of the training walls, demolishing and replacing portions of the existing site drainage, filling the existing deep drainage with flowable fill and replacing the drainage with a shallower system, installation of new columns to provide a horizontal jacking surface for the installation of post-tensioned anchors. This Sources Sought or Request for Information is for planning purposes only as defined by FAR 15.201. The purpose of the posting is to establish interest and capability within the market place to fulfill a specific necessity. The notice does not constitute a Request for Quote, Request for Proposal, Invitational for Bid or a promise the aforementioned will be issued in the future. Furthermore, it does not commit the Government to contract for any service or supplies. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this synopsis or any follow up information requests. A brief synopsis of the proposed contract is as follows: The work includes up to 22-ft of excavation on the landward side of the stilling basin training walls along concrete monoliths 1 through 12 for each side of the stilling basin. Each monolith is up to 30-ft wide and ranges in depth from 35-ft to 59-ft. The upper 8-ft of the 4-ft wide monolith training walls will be demolished to the first control joint as well as portions of the 1V on 0.59H slope of the wall is to be demolished. A new 4-ft wide by 8-ft deep training wall along with 34 (17 on each side of the stilling basin) 8-ft long by 4-ft wide by 8-ft deep post-tension anchor concrete columns is to be constructed. 34 (17 on each side of the stilling basin) 3-in diameter post-tensioned anchors are to be drilled through the monoliths and embedded into bedrock from 42-ft to 47-ft in depth. 34 post-tensioned anchor covers are to be installed over the ends of the exposed post-tensioned anchors. The existing handrail, fence and gate around the perimeter of the stilling basin is to be removed and replaced with a new handrail, fence and gate. Existing 18-in and 24-in diameter storm drainage is less than 10 feet deep as well as associated structures are to be demolished. The existing 12-in to 24-in perforated wall drain that is 35-ft deep is to be filled with controlled low strength material. Coordination of partial draining of the stilling basin as well as underwater diving to cover the 24-in wall drain in the stilling basin is to occur with the work. A new 24-in wall drain system that is 22-ft deep and 18-in and 24-in storm drainage is to be installed on the site. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Although this sources sought request is not limited to small business, the Small Business size is $36.5M. The magnitude of this project is between $5,000,000-$10,000,000. The following information is requested in this Sources Sought (SS): 1. Firm's name, addresses, point of contact, phone number, and e-mail address; 2. Firm's interest in providing a proposal or bid on the pending solicitation if issued; 3. Experience: Evidence of capabilities to perform comparable work in the area of: excavation, demolishing and replacing site drainage, filling drainage systems, installation of concrete columns and installation of post-tensioned anchors. 4. Firm's capability to perform a contract of this magnitude and complexity; 5. Firm's business category and business size (Large Business, Section 8(a), Historically Underutilized Business Zones (HUBZone), Women Owned, Service Disabled Veteran Owned Small Business (SDVOSB) and Historical Black Colleges and Universities/Minority Institutions (HBCU/MI)); 6. Firm's Joint Venture information, if applicable; 7. Cage Code and DUNS number 8. Bonding capacity 9. Responses shall not exceed fifteen pages. All attachments must be in either Microsoft Word or Adobe pdf format. Interested offerors shall respond to the Sources Sought no later than January 13th, 2017 at 2:00 PM (CST). If a solicitation is released in connection to this notice, vendors must be actively registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Firms can register in SAM at http://www.SAM.gov. if you have any further questions or concerns regarding SAM, please contact the help desk at (888)277-2423 M-F from ) 8:00 A.M to 6:00 P.M (EST). Mail or e-mail your response to Willie Hodges, Contract Specialist, 601 E 12th Street, Rm. 647, Kansas City, Missouri 64106. E-mail address: willie.e.hodges@usace.army.mil. Email is the preferred method of delivery for responses to this notice. In the subject block of your email please include project title from above page and Sources Sought number: W912DQ-17-SS-1221. This information must also be included on the outside of your package if delivering through the United States Postal Service. Responses by FAX will not be accepted. All information received will be taken into consideration. A low response from the public may keep this effort from being solicited in the future. 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-17-SS-1221/listing.html)
 
Place of Performance
Address: 5020 Tuttle Creek Boulevard, Manhattan, Kansas, 66502, United States
Zip Code: 66502
 
Record
SN04357859-W 20161223/161221235031-8b3996056b6f9dc108d1e1c8d7f1a1a2 (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.