Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

J -- Relief Well Maintenance Services_5 Year IDIQ_SATOC

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Memphis, Attn: CEMVM-CT, 167 North Main Street, Room B-202, Memphis, Tennessee, 38103-1894, United States
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-18-SB-0007
 
Archive Date
8/7/2018
 
Point of Contact
Thomas E. Mercer, Phone: 901-544-4146
 
E-Mail Address
thomas.e.mercer@usace.army.mil
(thomas.e.mercer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought - Market Capability Survey Title of Work: Relief Well Maintenance Services - 5 Year IDIQ - SATOC The US Army Corps of Engineers, Memphis District, is seeking capability statements from all sources with the capabilities and experience to perform the following work: Project Description: The work performed under this contract will maintain and rehabilitate existing pressure relief wells installed by the Memphis District to help protect the federal levee system. The work will be performed at various sites in Illinois, Missouri, Kentucky, Arkansas, Tennessee, and Mississippi and shall consist of furnishing all plant, labor, equipment, materials, and supplies necessary to perform major maintenance work on relief wells, including but not limited to mowing, tree trimming, and clearing of vegetation to facilitate access to wells, demolition and repair of existing well heads, pump testing, water quality testing, aquifer testing, down-hole camera inspection, well sounding, air lifting of sediment and debris, and well rehabilitation in accordance with this contract. The exact quantities associated with each Contract Line Item will be governed by conditions and materials encountered at each work site and may not be fully known until after the work has been performed. North American Industry Classification System : 237110 Small Business Size Standard : $36.5M Acquisition Strategy: The acquisition strategy will be determined after analysis of responses. Pricing is Firm Fixed Price. Work Location: The majority of the work will be in the AR, MO, TN, KY and IL vicinity. The exact location will be indicated on the contract drawings. Requirement: Firms responding to this announcement are requested to demonstrate in writing its capability to perform the work for this project by addressing the following items: (1) Provide the Firms name, address, firm size and socio-economic status. (2) Provide examples (minimum of two) of projects similar in nature to the work in the above project description your firm has performed in the past 5 years. Each example should include a detailed project description, location, the dollar value of the project, the beginning and end date of the project. These projects should be relevant in terms of size, scope, and complexity. Experience shall include demolition and repair of existing well heads, pump testing, water quality testing, aquifer testing, down-hole camera inspection, well sounding, air lifting of sediment and debris and well rehabilitation. (3) For the relevant example projects requested in item (2), indicate whether your firm was the prime or Sub-contractor. If the prime, indicated what percentage of the work you performed. If the firm was a subcontractor, identify your role in the contract and explain the relevancy of the role. Also provide copies of performance rating for projects submitted and resume of key personnel. (4) Provide a list of the firm's current on-going projects, the bonding amount and the expected completion dates. Also include the name, point of contact, and phone number of the prime contractors bonding company. Magnitude of Work: Between $10,000,000 and $25,000,000 Contract Duration: 5 years (Base Year + 4 Optional Years) Estimated Start Date: November 2018 (Exact date TBD) Site Visit Time & Date: N/A Response Time & Date: 1 PM CST, 23 July 2018 All interested parties should submit qualifying documentation not later than the response time and date to the below address. Electronic submissions are acceptable. Send via email (PDF format) to thomas.e.mercer@usace.army.mil Interested firms shall provide one copy of the above documentation. Responses shall be limited to ten (10) pages. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The Government will not pay for any material provided in response to this market survey nor return the data provided. USACE, Memphis District Small Business Program Office ATTN: Thomas E Mercer 167 N. Main St. Memphis, TN 38103
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-18-SB-0007/listing.html)
 
Place of Performance
Address: Memphis District's areas of operation, Memphis, Tennessee, 38103, United States
Zip Code: 38103
 
Record
SN04986817-W 20180713/180711230937-2135cad91a5742f099769deff26db664 (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.