Inactive
Notice ID:W912HN22S5015
This is a Sources Sough Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. Th...
This is a Sources Sough Request for Information only. This is not a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Savannah District is issuing the sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for civil works construction. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 236220 with a size standard of $39.5 Million. The potential magnitude for this requirement is estimated between between $500,000 and $1,000,000 in accordance with FAR 36.204. Inquiries will only be accepted via email to Contract Specialist, Mrs. Arcia E Fusi at Arcia.E.Fusi@usace.army.mil, please CC the Contracting Officer, Mrs. Shyloe Werner at Shyloe.A.Werner@usace.army.mil. The requested information should be completed and submitted no later than August 18, 2022 at 12:00 pm Eastern Daylight Time. Statement of Work: The purpose of this project is to construct a boat ramp, parking lot, loading dock and access road at the site of the former Tide Gate along the Back River on Hutchinson Island in Savannah, Georgia. The boat ramp will be two lanes wide. The parking lot will consist of 20 parking spaces for vehicles with trailers, six standard parking spaces and one handicapped parking space. The loading dock will consist of timber pier and piles, aluminum gangway, and concrete floating dock. The access road will tie in with City of Savannah roads and will be constructed in accordance with Georgia Department of Transportation specifications. More details to be provided in the solicitation. If you are interested in this project and/or your organization has the potential capacity to perform these services, please submit the following to the Point of Contacts (POC) information listed below: 1. Name and Address of your Firm 2. Point of Contact (name/phone/email) 3. Company website 4. Unique Enitity Indeintifier (UEI) number 5. Commercial and Government Entity (CAGE) code (http://www.dlis.dla.mil/cage_welcome.asp) 6. Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. The Government must be able to verify SBA certification of HUBZone, 8(a), and SDB via the System for Award Management (SAM) (http://www.sam.gov/) 7. Bonding capability for your firm in terms of single and aggregated bonding Capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Please provide examples of 1 (one) through 3 (three) (a minimum of one (1) project, but no more than three (3)) examples of projects substantially completed ( at least 75% construction completed) within the last five (5) years in which you have demonstrated the following construction capability and identify your role in the project. At least one point of contact (with email address and phone number) for project validation per project must be provided. Projects will be considered similar to this procurement if they are similar in complexity, type, scope and magnitude. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements to include the percentage anticipated to be self-performed by each party. SUBMISSION: All interested contractors should respond by email to the Points of Contact listed below no later than the Sources Sought due date and time. Responses must include identification and verification of the company's small business status and a completed answers to 1 through 7 above and capability statement with examples of a minumum of 1 project as stated above.