Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912EP19Z0030
The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to ...
The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Biscayne Bay Coastal Wetlands Phase I Project, L-31 Flow-way Pump Stations S709, Miami-Dade County. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of a Request for Proposal (RFP) on or about July 25, 2019. No reimbursement will be made for any costs associated with providing information in response to this sources sought synopsis or any follow-up information requested. The purpose of this synopsis is to gauge interest, capabilities and qualifications of various members of the Small Businesses Construction Community, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. Description of the Project The project will consist of one pump station and one culvert on the L-31E Flow-way in Miami-Dade County. The Biscayne Bay Coastal Wetlands L-31E Flow-way features (Contract 4) will include construction activities associated with the construction of one electric powered pump station: A) The pump station is a 40 cfs pump station using (2) 20 cfs submersible pumps. This pump station will be constructed in the L-31E Canal adjacent to the C-103 Canal. It will have a sixty inch culvert with a sluice gate to pass flows during emergencies when the pump station is not operable. The pump station will have a trash rack that will also function as a manatee protective barrier. The pump station controls will be located in a standalone precast concrete control room offset from the pump station structure. Construction activities for the pump station may include tree removal, excavation, disposal of excavated material and debris, importing backfill, backfilling, grading, sheet pile installation, H-pile installation, steel fabrication, rip rap installation, sodding, and concrete work. Construction may also include installation of stilling wells, electrical works, lightning protection, lighting, pump station controls and telecommunications. Some of the construction activities will be in water conditions requiring the use of divers. The Estimated Magnitude of construction is between $5,000,000 and $10,000,000. The estimated period of performance is 730 calendar days after Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990 and the Small Business Size Standard is $36.5 million. Firm's response to this Synopsis shall be limited to (5) pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, website, and email address. 2. Firm's interest in bidding on the solicitation as a Request for Proposal (RFP)) when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past (5) years). Firms should provide at least 3 examples which include, at a minimum, the following information: a. Provide a brief description of the previous projects which include: 1. The Capability to execute and/or manage construction projects of comparable complexity and magnitude. 2. Experience in working in water conditions requiring the use of divers. 3. Experience in installation of steel H-Piles and Sheet piles. 4. Experience in installation of earthen cofferdams, sheet pile cofferdams and dewatering. 5. Experience in culvert installation. 6. Experience in excavation, backfilling and grading. 7. Experience working on a pump station construction project. b. Customer name c. Timeliness of performance d. Customer satisfaction e. Dollar value of the project 4. Firm's socioeconomic category - Small Business, 8(a) participants, service-disabled veteran-owned small business concerns (SDVOSB), women-owned small business (WOSB), or HUBzone small business concerns. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company NOTES: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO PARTICIPATE IN THE SOLICITATION OF THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than 08 April 2019 by 2:00 PM Local Time. All responses under this Sources Sought Notice must be emailed to Timothy.G.Humphrey@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov.