Maintenance of DAMS 44, 48, and 50
Sources Sought Synopsis Synopsis: Perform Maintenance of DAM 44, DAM 48, and DAM 50. Invitation for Bid (IFB) the purpose of this sources sought is to gain knowledge of the potential interested small ... Sources Sought Synopsis Synopsis: Perform Maintenance of DAM 44, DAM 48, and DAM 50. Invitation for Bid (IFB) the purpose of this sources sought is to gain knowledge of the potential interested small business sources for this project. The Government is considering a set aside for soci-economic status. This notice is for planning purposes only. All interested parties are encourage to respond the Fort Hood Mission Installation Contracting Command, may issue a solicitation and award of a contract to "W91151-19-C-0020". The magnitude of this project is between $5,000,000 and $10,000,000. The anticipated NAICS code(s) is NAICS Code 238910 - Site Preparation Contractor with a Business Size Standard of $15.0 Million and PSC code of Z1KA- MAINTENANCE OF DAMS Description of project is as follows: The purpose of this project is to perform maintenance to DAM 44 (Bird Bath Lake), DAM 48 (Engineer Lake), and DAM 50 (Heiner Lake) to include stump removal, Removal and replacement of RIPRAP toe drain and filter blanket. The contractor shall provide all plant, supervision, labor, materials, equipment, supplies and transportation necessary to complete this scope of work at any location that is owned by the Fort Hood Reservation. All work shall comply with all State, local and Federal laws and regulations, industry and construction codes and standards, manufacturer's specifications and recommendations, and all contract special provisions, terms and conditions. The Contractor shall be responsible for obtaining all required licenses and permits to perform Dam maintenance on a Federal installation, be properly bonded and insured in accordance with FAR requirements. The Contractor shall provide proof of being in the business of Dam maintenance and Dirt Work as a prime contractor for a minimum of 5 years. The Contractor's Project manager, Superintendent, and Quality Control Manager shall each have a minimum of 3-5 years. However 5 years of experience is preferred. This is only the market research phase of this requirement. By no means does this sources sought mean that the Government will enter into an agreement with your company. The Government is trying to determine if there is adequate competition in order to compete this requirement. If you are a small business and you are interested in competing in this requirement please reply to this sources sought and respond to the following questions by Thursday June 20, 2019 at 3:00 P.M. CST Please submit via e-mail to mark.c.green.civ@mail.mil, (254) 278-0318. REF NO: W91151-19-B-0020 Submit the following information also: - Company Name and Address - Cage Code and DUNs Number - Company business size by NAICS code - Small Business Type (s), if applicable - Point of Contact for questions and/or clarification - Telephone Number, fax number, email address, and Web Page URL 1. Are you licensed in the State of Texas and or certified to perform jobs as a. To Perform Maintenance of DAMS with 3-5 years of experience? b. Perform Repairs and Maintenance of DAMS and all other trades for this requirement? With 3-5 years of experience? 2. This requirement requires 5 years' experience on similar jobs. Does your company have 5 years' experience or more? 3. Does your Company's Project Manager, Superintendent, and Quality Control Managers have a minimum of 5 years of experience in DAM repairs? 4. Regarding project schedules, are you familiar with Gantt Charts or similar scheduling software and their purposes? 5. What is your bonding capability and limits? 6. Would you consider work on Fort Hood which includes the Department of Labor construction wage rate requirement statute and the Wage Determination Act Policies and guidelines? formerly known as the Davis Bacon Act 7. Please attach 3 references for similar work that your firm has performed. (a) Evidence of recent (within the last three years) experience in work similar in type and scope to include: (b). Contract numbers (c). Project titles and descriptions (d.) Dollar amounts (e). Percent and description of work self-performed. 8. Is your company's name, cage code and address registered in System for Award Management (SAM?) Your company must be registered in System for Award Management (SAM) http://www.sam.gov/portal/public/SAM/, with the socio-economic status NAICS code specified in the sources sought notice for consideration if this is awarded. 9. Soci-economic status for the listed NAICS code please select all that applies: ___ Large Business ___ Veteran Owned Small Business (VOSB) ___ Service-Disable Veteran-Owen Small Business (SDVOSB) ___ Woman-Owned Small Business (WOSB) ___ Economically Disadvantaged Women-Owned Small Business Owner (EDWOSB) ___ Small Disadvantage Business (SDB) ___ HubZone Business ___ 8(a) Program participant ____ Small Business This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ, IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government Wide Point of Entry. It is the responsibility of potential offerors to monitor the Government Wide Point of Entry for additional information pertaining to this requirement.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »