Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:W912WJ19X0030
The U.S. Army Corps of Engineers (USACE), New England District is issuing this Sources Sought Announcement for construction services needed in Woonsocket, Rhode Island to perform maintenance on existi...
The U.S. Army Corps of Engineers (USACE), New England District is issuing this Sources Sought Announcement for construction services needed in Woonsocket, Rhode Island to perform maintenance on existing dike sub-drain system and appurtenances. This announcement is to determine interest, availability, and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns for this project. The NAICS code for this procurement is 238910. The project is planned to be issued in or around August 2019. The project is expected to take approximately 3 months to complete construction. The estimated construction cost is between $100,000.00 and $500,000.00. The construction work necessary to complete the project will require: 1. The installation of 18 new precast concrete manholes and one new precast concrete winged headwall, and the connection and grouting of existing sub-drains to new manholes and headwall (diameter of sub-drains vary from 6 to 8 inches) in the dike and flood wall systems. Depths of excavations and structures for new manholes range between approximately 3 to 9 feet below existing grade. The majority of the excavations for placement of the new manholes will be in grass areas with a few being in asphalt pavement. 2. Using CCTV, inspect approximately 7,100 feet of existing sub-drains and other designated utilities (approximate 3,800 feet) within the dike and flood wall systems. 3. Clean approximately 7,100 feet of the dike and flood wall sub-drains. 4. Excavate four test pits, collect soil samples, and send samples to a geotechnical testing laboratory approved by USACE for the laboratory testing. 5. Using flowable fill, plug, and abandon two 24-inch reinforced concrete pipes, each with an approximate length of 92 feet. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, small business, etc.), a proof of bonding as well as what type of equipment would be utilized for this project. Please include at least two (2) specific examples of the firm's experience performing work similar to the work requirements stated above. The projects must have been performed within the last seven (7) years. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror's effort and their experience must also have been performed within the last seven (7) years. As part of the experience the contractor shall show that they scheduled and maintained continuous hauling of large quantities of offsite borrow and rip-rap materials via numerous dump trucks so as not to disrupt the contract duration or violate any transportation rules and regulations. Responses are limited to twenty pages. Responses are due by 05/13/2019. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: 798-918-8627, or via email to guesley.leger@usace.army.mil. Interested firms shall provide the above documentation in one original form and one copy. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Government Agency URL: www.nae.usace.army.mil Government Agency URL Description: New England District, Corps of Engineers