Houghtaling Island, Town of New Baltimore, Hudson River, NY
THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. ANY POTENTIAL COM... THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED CONCERNS DOING WORK UNDER NAICS 237990. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED. RESPONSES WILL BE USED TO DETERMINE APPROPRIATE ACQUISITION DECISIONS FOR A FUTURE PROCUREMENT. IF QUALIFIED FIRMS DO NOT RESPOND TO THIS SOURCES SOUGHT NOTICE, THE CONSTRUCTION MAY BE ACQUIRED UNDER FULL AND OPEN COMPETITION. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT The New York District, US Army Corps of Engineers (USACE) is preparing plans and specifications for the expansion and modification of an existing federally owned upland dredged material placement site on Houghtaling Island, Town of New Baltimore, Hudson River, NY The proposed project will include the following: 1. An estimated 800 LF of new earthen dike will need to be built to a finished top elevation of 50 ft. NGVD88 in order to close the perimeter of new Containment Cell A.4. The source of all dike construction material is located within the interior footprint of new Containment Cell A.4. 2. The construction of a 150-200 LF earthen spur dike in existing Containment Cell A.3. 3. The clearing, grubbing and disposal of approximately 1.5 acres of mixed hardwoods for the construction of new Containment Cell A.4. 4. The establishment of a new exterior effluent pipeline corridor from existing Containment Cell A.2 to the Hudson River. This would require the selective clearing, and disposal, of approximately 0.2 acres of trees and shrubs. 5. The fabrication, delivery and installation of a new exterior effluent weir in Containment Cell A.2. 6. The removal, and repositioning or relocation of two existing interior weirs in existing Containment Cells A.2 and A.3. 7. Furnish and install geomembrane at all weirs 8. The removal and disposal of felled tree material from three existing disposal pits located on the interior east side of the new Containment Cell A.4. 9. The cutting and mulching in place of small diameter woody growth in existing Containment Cell B.2. 10. The temporary modification of the existing exterior weir in Containment Cell A.3 to make it watertight, in order to prevent the seepage of water and solids into adjacent exterior areas. 11. Deliver As-Built survey of entire project site at completion and acceptance of required contract work. The magnitude of construction will be between $1 million to $5 million. Award is projected in August 2019. Estimated project duration is 90 calendar days. Responses to this sources sought will be used by the Government to make an appropriate procurement decision. All firms (large or small business) should respond to the project if they are interested in performing it. The North American Industry Classification System (NAICS) code is 237990 (Other Heavy and Civil Engineering Construction). The Small Business Size standard is $36,500,000. SURVEY OF THE CONSTRUCTION CONTRACT INDUSTRY The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors’ project execution capabilities. Please provide your response to the following items. At the end of this survey you will be asked to provide your comments. Business Characteristics: 1. Please provide the name of your business or joint venture, address, point of contact name, phone, fax number, and email address. 2. Please provide a CAGE Code and DUNS Number for the business. 3. Statement of Interest: Please indicate if your business is willing to submit an offer for the contract described above. If not, please explain why. 4. Please provide identification and verification of your company as a: Small or large business as defined by the SBA, or certified HUB Zone Small Business, or SBA certified 8(a) Small Disadvantaged Business, or Service-Disabled Veteran Owned Small Business. Answer the same questions for any planned subcontractors. 5. Indicate if your business would be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? 6. Indicate if there is dollar limit on the size contract that you would bid. 7. Indicate your bonding capacity: Per contract and total bonding capacity. Qualification Criteria. Responses to this Sources Sought shall provide information that indicates the contractor has the experience to perform the work as described above: 8. Please provide a list and description of at least 3 contracts of similar size, magnitude, and complexity. Description shall include size, cost, technical qualifications of staff, any customer feedback received, and a narrative of any complexities encountered. 9. Please describe the scope of work and dollar value for the largest site work contract on which you were the prime contractor? 10. Have you worked on any projects where site access was limited and/or challenging? How have you dealt with the limitations to transportation and vehicular access? Equipment: 11. Type of equipment you own and/or operate that is suitable for the work described. A partial list might include: off-road earthmoving equipment, Hydro-Ax Mulcher, (also called a forestry mulcher), forestry cutting and skidding equipment, landing and access barge(s), tender vessel(s). For each item of equipment that you list, please specify its load capacity, modifications and any other relevant characteristics. 12. What is the delivery capacity per day of that equipment? 13. Based on the description of work above what other land or marine based equipment do you intend on using? Capacity: 14 When would be the earliest you could mobilize to perform this work? 15. Do you foresee any problems with the construction duration as indicated above? 16. The interested contractor should list the percentage and type of work that they will self-perform. Interested responders should refer to the following FAR Clauses to see the Limitations on Subcontracting that pertains to specific set-asides: FAR 52.219-14 (Pertains to Small Business and 8(a) Set-asides), FAR 52.219-3 (Pertains to HUBZone Set-asides) and FAR 52.219-27 (Pertains to Service-Disabled Veteran-Owned Small Business Set-asides). Contractor's Comments or Recommendations: 17. Please provide, if any. Please note that this notice is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. OPERATIONAL CONSTRAINTS The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project. This includes paying all fees and obtaining all permits required for the work. Please submit completed Survey Questionnaires of no longer than 15 pages by mail or email to: Attn: Orlando Neves, CENAN-CT, Rm. 1843, US Army Corps of Engineers, NY District, 26 Federal Plaza, New York, NY, 10278 Email: Orlando.Nieves@usace.army.mil Facsimile transmissions of the qualifications statements will not be accepted. Survey Questionnaires will not be accepted after 4:00 pm on the response date shown in the advertisement on FBO.gov. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »