Inactive
Notice ID:W912DR19B0009
Title: Poplar Island, 2019 Expansion Structures, Talbot County, MD W912DR19B0009 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATI...
Title: Poplar Island, 2019 Expansion Structures, Talbot County, MD W912DR19B0009 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL AND LARGE BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction of Poplar Island, 2019 Expansion Structures, Talbot County, MD. By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the Government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will in part depend upon the capabilities of the responses to this notice. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. PROJECT DESCRIPTION: The Government intends to solicit an Invitation for Bid (IFB) for a Design-Bid-Build Construction Contract to continue construction on the lateral expansion of Poplar Island. Poplar Island is located in the Chesapeake Bay between Jefferson and Coaches Islands, and is approximately 20 minutes (by boat) northwest of Tilghman Island. The 2019 Expansion Structures project involves the construction of two combination spillway/inlet structures for Poplar Island expansion wetland cells 7 and 9. The Magnitude of Construction is between $1,000,000.00 and $5,000,000.00. The Construction duration is approximately 300 calendar days. The Government will require a contractor to provide all labor, material and equipment to construct two combined spillway inlet structures at Poplar Island, Spillway 17 and Spillway 19. Construction work for Spillway 17 will take place primarily along the northern boundary of existing wetland Cell 7; construction work for Spillway 19 will take place primarily along the western boundary of wetland Cell 9. See Enclosure 1 - Project Map for spillway locations. Work consists of building a sheet pile cofferdam, removing 350-lb armor stone, removing dike fill material, constructing an impervious earth cutoff blanket, placing the precast culverts on the specified subgrade and base, constructing the spillway structure and wing walls, and replacing the dike fill and armor stone. The spillway structures will consist of a pair of 6 ft. by 6 ft. box culverts approximately 27 feet in length with wing walls. Each structure also includes a steel platform and a sluice gate. The depth of water at both locations is approximately 10-12 feet. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community. Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, and WOSB businesses are highly encouraged to participate. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36,500,000. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement Prior Government contract work is not required for submitting a response to this sources sought synopsis Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. 3. In consideration of NAICS code 237990, with a small business size standard in dollars of $36.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 5. Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. If your company is large, indicate that the company is capable of adhering to a Small Business Subcontracting Plan wherein at least 50% of the subcontracting dollars can be performed by a small business. 7. Capability statements should include information and details of up to three (3) similar projects, to include contract value and customer point of contact. 8. Total submittal shall be no longer than ten (10) pages in one (1).pdf file double sided pages will count as two (2) separate pages Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 10:00 A.M. Eastern Standard Time (EST) April 01, 2019. All responses under this Sources Sought Notice shall be emailed to, Patricia Morrow, Contract Specialist - Patricia.Morrow@usace.army.mil referencing the sources sought notice number W912DR19B0009. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Patricia Morrow via email - Patricia.Morrow@usace.army.mil.