Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W68MD91922495
This is a SOURCES SOUGHT ANNOUNCEMENT to conduct market research for developing a procurement strategy for a possible upcoming opportunity entitled "Howard A Hanson Dam Stilling Basin - Equipment w/ O...
This is a SOURCES SOUGHT ANNOUNCEMENT to conduct market research for developing a procurement strategy for a possible upcoming opportunity entitled "Howard A Hanson Dam Stilling Basin - Equipment w/ Operator". This is NOT a request for proposal. Efforts expended to respond to this Sources Sought will not be reimbursed. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The anticipated North American Industry Classification System (NAICS) code is "238910" - Site Preparation Contractors with a small business size standard of $15.0 million. GENERAL Equipment Required: CE-1: Wheel Loader - Similar to CAT 988 w/ forks and bucket (Minimum 525 hp, Minimum 110,000 lbs) CE-2: Cat 390F L or Similar Track Mounted Hydraulic Excavator w/ Hydraulic Thumb (Minimum 480 hp, Minimum weight 185,000 lbs, Minimum 48ft reach at Ground Level) CE-3: Track Mounted Hydraulic Excavator w/ Hydraulic Thumb - Similar to 450 series (Minimum 350 hp, Minimum 105,000 lbs, Minimum 40ft reach) DESCRIPTION OF WORK The equipment will be used to reinforce the side slopes of the Stilling Basin at the Howard Hanson Dam. This work will include but is not limited to stockpiling, re-handling, transporting, and placing large stone ranging from 5 to 25 tons. The loader will be responsible for transporting rock from the staging area to the construction location. There is a steep grade (estimated 8%) that the loader will need to travel. The work will commence on or about 15 July 2020 and is anticipated to last 4 weeks. All equipment identified in the General Section of this document will be utilized for this work. SUBMITTALS Provide the following in response to this sources sought synopsis: 1. Provide your company name, Point of Contact (POC) name, telephone #, email address, address, and CAGE code and/or DUNS number. PROSPECTIVE OFFERORS: Contractors shall be registered in the System for Awards Management (SAM) prior to award of a contract or agreement resulting from solicitations. 2. Provide a description of your firm's equipment and its availability. In providing availability, please provide the lead time needed to ensure work starting on 15 July 2020. Due to the sequence of other projects, there will be no flexibility for a later start date. Work must start on the date specified. Capable vendors are invited to submit electronic information that demonstrates their ability to fulfill the requirement in the form of a capability response that addresses the specific requirement identified in this notice. 3. Provide information regarding representation or certification as a Small Business (SB), 8(a), Small Disadvantaged Business (SDB), Women Owned Business (WOB), Service-Disabled Veteran Owned Small Business (SDVOSB), or HUBZone. Send your notice of interest for this project as soon as possible, but NO LATER THAN 2:00pm (Pacific Time) on 30 August 2019. Send responses to Vincent Daniels, Acquisition Management Specialist via email at Vincent.e.daniels@usace.army.mil. NOTE: There is no other information for this project at this time. Ask NO technical questions, as answers to technical questions are only available through amendments issued during the solicitation process. Please note that this announcement is FOR PLANNING PURPOSES ONLY; it does not constitute a solicitation for competitive quotes and is not to be construed as a commitment by the U.S. Army Corps of Engineers, Seattle District.