Inactive
Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
Notice ID:W912EQ-19-SB-0005
Sources Sought - Market Capability Survey Title of Work: Below Piggott Seepage Remediation & Below AR HWY 90 Channel Cleanout The US Army Corps of Engineers, Memphis District, is seeking capability st...
Sources Sought - Market Capability Survey Title of Work: Below Piggott Seepage Remediation & Below AR HWY 90 Channel Cleanout The US Army Corps of Engineers, Memphis District, is seeking capability statements from all Small Business sources with the capabilities and experience to perform the following work: Project Description: The project involves the construction of approximately 7 miles of berm addition to the landside of the levee. The berms will be approximately 5 ft high and 150 ft wide. The construction also includes the relocation of approximately 10 miles of field ditches, approx. 3-4 ft deep and 10-15 ft wide in order to account for ditches that are filled in to accommodate berm construction. In addition, the project scope includes a channel cleanout of approximately 5 miles of the main channel of the St. Francis River below AR Highway 90 and (2) associated sediment traps. In addition to the cleanout, all existing spoil banks from prior channel work will be removed from the floodway. All material from existing spoil banks and from the channel cleanout will be used for borrow material to construct the levee berms. North American Industry Classification System: 237990 Small Business Size Standard: $36.5M Acquisition Strategy: The Government intends to set-aside project for HUBZone contractors. The final acquisition strategy to be determined after analysis of responses. Pricing is Firm Fixed Price. Work Location: The project is located in Clay and Greene Counties, Arkansas, approximately 5 miles west of Kennett, MO. The levee segment extends approx. 5 miles north and 5 miles south of AR Highway 90 (approx. 10 miles total). The channel portion of the project extends approx. 5 miles downstream of the AR Highway 90 bridge. Requirement: Firms responding to this announcement are requested to demonstrate in writing its capability to perform the work for this project by addressing the following items: (1) Provide the Firms name, address, DUNS #, firm business size and socio-economic status. (2) Provide examples (minimum of two) of projects similar in nature to the work in the above project description your firm has performed in the past 8 years. Each example should include a detailed project description, location, the dollar value of the project, the beginning and end date of the project. These projects should be relevant in terms of size, scope, and complexity. Experience in demolition, culvert layout and construction, cofferdam layout and construction, clearing/grubbing, excavation, embankment placement and compaction, access and haul road layout and construction, gravel resurfacing, environmental protection, and storm water pollution prevention, culvert replacements; single, double and triple barrel reinforced concrete box culverts. (3) For the relevant example projects requested in item (2), indicate whether your firm was the prime or subcontractor. If the prime, indicated what percentage of the work you performed. If the firm was a subcontractor, identify your role in the contract and explain the relevancy of the role. Also provide copies of performance rating for projects submitted and resume of key personnel. (4) Provide a list of the firm's current on-going projects, the bonding amount and the expected completion dates. Also include the name, point of contact, and phone number of the prime contractor's bonding company. Magnitude of Work: Between $10,000,000 and $25,000,000 Contract Duration: 3 years Estimated Start Date: November 2019 (Exact date TBD) Site Visit Time & Date: N/A Response Time & Date: 1 PM CST, 4 June 2019 All interested parties should submit qualifying documentation not later than the response time and date to the below address. Electronic submissions are acceptable. Send via email (PDF format) to thomas.e.mercer@usace.army.mil Interested firms shall provide one copy of the above documentation. Responses shall be limited to eight (8) pages. The Government will not pay for any material provided in response to this market survey; nor return the data provided. USACE, Memphis District Small Business Program Office ATTN: Thomas E Mercer 167 N. Main St. Memphis, TN 38103