Timber Creek Recreation
Action Code: Sources Sought Notice (Solicitation No. W9126G-19-B-0024) Date: 6 March 2019 Classification Code: Y-Construction of Structures and Facilities Contracting Office Address: P. O. Box 17400, ... Action Code: Sources Sought Notice (Solicitation No. W9126G-19-B-0024) Date: 6 March 2019 Classification Code: Y-Construction of Structures and Facilities Contracting Office Address: P. O. Box 17400, CESWF-CT, Fort Worth, TX, 76102 SYNOPSIS: This SOURCES SOUGHT NOTICE is for Market Research ONLY to determine the availability of potential small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATIONS, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offeror's having the skills, capabilities and bonding requirements necessary to perform the described project work are invited to provide feedback via email to Clyde.Gardner@usace.army.mil. All responses shall be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small businesses in the following categories: Certified 8a, Certified HUB Zone, Women Owned Small Business (WOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The U.S. Army Corps of Engineers (USACE), Fort Worth District is issuing a Sources Sought Announcement for Construction of a 40-acre park. The project site is located within a floodplain area that has been cleared due to Flood Reduction Measures (FRM) and designated as a Recreation Zone area. Adjacent lands to this park area have been designated as Ecosystem Restoration and will have minimal recreation features included. The purpose of this synopsis is to gain knowledge of interest within the local area the capabilities and qualifications of various members of industry in the Small Business Community. The supplies or services to be procured in this solicitation are classified under NAICS 237990, Other Heavy and Civil Engineering Construction with a size standard of $36.5M. This estimated cost of the proposed work is between $1M - $3M. The duration of the contract is approximately 16 months. Offeror's must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. PLACE OF PERFORMANCE: Travis County, TX PROJECT DESCRIPTION: Construction of a 40-acre park in Travis County Texas. The project site is located within a floodplain area that has been cleared due to Flood Reduction Measures (FRM) and designated as a Recreation Zone area. Adjacent lands to this park area have been designated as Ecosystem Restoration and will have minimal recreation features included. The Recreation features to be incorporated into this park shall include 6,500 linear feet of trails including 20 picnic shelters, 8 small group shelters, 1 large group shelter, 12,000 square feet of parking, 1 restroom, and associated infrastructure. In addition during the design phase the layout of 2 basketball courts should be located and dimensioned on the design plans and designated to be constructed in the future by others. CAPABILITY STATEMENT The following requests are designed to apprise the U.S. Army Corps of Engineers, Fort Worth District, of any prospective construction contractors' project execution capabilities. Please include the following in your response: 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in bidding on the solicitation when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity, including company structure and in-house capabilities; this experience must have been performed within the last five (5) years. 4) Example work shall include a brief description of the project, customer name, and timeliness of performance, customer satisfaction, and dollar value of the project. 5) Offeror's type of small business and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) and certification if applicable. 6) Offeror's Joint Venture information if applicable - existing and potential 7) Offeror's bonding capability in the form of a letter. The Capabilities Statement for this sources sought notice is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the U.S. Army Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Women Owned, Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Unrestricted. Offers that do not meet all requirements or submit within the allotted time will not be considered. All interested contractors should notify this office in writing by email or mail by 4:30 PM Central Standard Time on 21 March 2019. Submit questions/response and information to: Clyde.Gardner@usace.army.mil at (817) 886-1211.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »