Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOLICITATION NOTICE

Y -- Demolish LD52 & LD53

Notice Date
4/23/2018
 
Notice Type
Cancellation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-LD52-LD53DEMOLITION
 
Archive Date
5/22/2018
 
Point of Contact
Monique Jordan, Phone: 5023156207
 
E-Mail Address
monique.e.jordan@usace.army.mil
(monique.e.jordan@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is the removal of a lock and dam on the Ohio River. This involves removal of 50,000 CY of concrete, 110,000 LF of cellular/sheet piling, 500+ wickets, four miter gates, three bear traps, 40,000 CY excavation, 30,000 CY stone placement, and electrical and mechanical system removal. A significant amount of the work will be below water or partially below water on old deteriorated structures. Contract duration is estimated at 720 calendar days (5 years). The estimated cost range is between $40 Million and $50 Million. NAICS code is 237990 (Size Standard: $33.5 million). All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 4 May 2018 by 1:00 PM Eastern Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Green River Lock and Dam 6 Removal in Louisville District: This included removal of a lock chamber, approach walls, and fixed weir dam from the river. Materials included approximately 10,700 CY of concrete including timber founded piling and removal of two miter gates. Approximately $2 million in 2017. Hofmann Dam Phase II in Chicago District: This included the removal of 250 feet of the 14 foot tall dam with approximately 400 CY of concrete in the river. Approximately $2.5 million in 2011. Olmsted Dike construction: Approximately 80,000 tons of stone installation from barges into the Ohio River and on the river bank. Or river dikes approximately 750 to 1250 ft. in length. b. Projects similar in size to this project include: Olmsted Locks and Dam Major Rehab: Approximately $10 million worth of river construction activities with miter gates, gate controls and lock dewatering rehabilitation activities. River bridge pier construction and/or demolition with erosion protection. c. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to monique.e.jordan@usace.army.mil. If you have questions please contact monique.e.jordan@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/ W912QR-LD52-LD53DEMOLITION/listing.html)
 
Place of Performance
Address: Ohio River, United States
 
Record
SN04898283-W 20180425/180423230815-cdfb76b419786d9dd452cc73fded07e6 (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.