Inactive
Notice ID:W912P621S0021
By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of firms that are engaged in providing the services described hereunder for Kenosha Harbo...
By way of this Market Survey/Sources Sought Notice, the USACE-Chicago District intends to determine the extent of firms that are engaged in providing the services described hereunder for Kenosha Harbor Breakwater Repair. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Invitation for Bidl (IFB); it does not guarantee the future issue of a IFB; nor does it commit the government to contract for any supply or service whatsoever. 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 not be returned. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future IFB, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: Under the planned Contract, the contractor will be required to perform the following: The proposed project will consist of repairing the existing Breakwater to maintain safe passage for vessels entering and exiting the harbor. Repairs will restore the structure to original design function within the existing structure footprint. Repair work would consist of removing the existing concrete cap and crushing the deteriorated timber substructure to allow for the placement of new armor stone and resetting existing armor stone as needed. Repairs would likely be conducted by a barge-mounted crane, small operating equipment (front end loader, skid-steer, etc.) barges carrying rock, tugboats, and support vessels. Construction may occur from Lake Michigan or land-based equipment. REQUESTED INFORMATION: This Agency requests that interested contractors complete the following questions to assist the government in its efforts. Firm’s name and BUSINESS SIZE, address, point of contact, phone number, e-mail address and DUNS (Dun & Bradstreet) number. Is your company currently “active” at beta.SAM.gov? If not, does it plan to register? To comply with the annual representations and certifications requirements (Reference: FAR Subpart 4.1102 – Policy (a)), Contractors are now REQUIRED to be registered in beta.SAM.gov AT THE TIME ITS BID IS SUBMITTED. In consideration of North American Industry Classification System (NAICS) code 237990, with a small business size in dollars of $39.5M, which of the following small business categories is your business classified under, if any Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Small Business. Is your firm capable of obtaining a performance and payment bond for a construction project valued between $1,000,000 and $5,000,000? Is your firm interested in performing as a subcontractor or prime? Does the interested vendor have experience in the work described for this project? If so, how many years. In the consideration of the government requirements, if your firm were to see an advertisement for this planned procurement within the month of August 2021, would your firm be interested in providing a bid?