COWANESQUE DAM SPILLWAY REPAIRS, TIOGA COUNTY, PENNSYLVANIA
COWANESQUE DAM SPILLWAY REPAIRS, TIOGA COUNTY, PENNSYLVANIA THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAI... COWANESQUE DAM SPILLWAY REPAIRS, TIOGA COUNTY, PENNSYLVANIA 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 (NAB), requests capability statements from qualified contractors. USACE NAB has been tasked to solicit and potentially award a construction contract for the Cowanesque Dam Spillway repairs located in Tioga County, Pennsylvania. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information request. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS code for this acquisition is 237990-Other Heavy and Civil Engineering Construction with a size standard of $36,500,000. The magnitude of construction is between $500,000 and $1,000,000. By way of this Market Survey/Sources Sought Notice, the USACE NAB 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 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. Responses to this Notice will become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future RFP, if any is issued. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. In accordance with Federal Acquisition Regulation (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: Cowanesque Dam is located in Lawrenceville, PA, near the border with New York State. This project is for the repair of the deteriorated concrete surfaces within the spillway area, and to improve an access road. The repair, construction, and installation of the project will address use of fallen rock to improve an access road, repair of concrete slab and wall panels in the spillway channel by shotcrete methods, cleaning of weepholes and replacement of drain pipes on the concrete liner wall, and removal of any remaining rock from the site. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought notice. Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, email 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 dollar 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, please 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. Provide at least two (2) examples of projects similar to requirements described above, within the past 10 years. Include point of contact information for the examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 7. Responders should have experience in the areas listed below, and provide narratives identifying that specific experience: a. Successful experience with the Government submittal process. b. Repair of concrete by shotcrete methods. c. Road construction using crushed stone. 8. Total submittal shall be no longer than 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 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 no later than 11AM EST on 29 May 2019. All responses under this Sources Sought Notice must be emailed to Leigha Arnold, Contract Specialist - leigha.m.arnold@usace.army.mil referencing the sources sought notice number W912DR-19-B-0017. 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: Leigha Arnold via email - leigha.m.arnold@usace.army.mil. ** Please note vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for award. Vendors must all be registered in SAM under the applicable NAICS code 237990 as indicated in the advertised IFB to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »