The RFP Database
New business relationships start here

Caruthersville, MO Floodwall Replacement Project


Tennessee, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought - Market Capability Survey

Title of Work: Caruthersville, MO Floodwall Replacement Project

The US Army Corps of Engineers, Memphis District, is seeking capability statements from all business sources with the capabilities and experience to perform the following work:

Project Description: The Caruthersville, MO Floodwall Replacement Project includes the demolition and replacement of approximately 3,000 linear feet of the existing concrete floodwall located in Caruthersville, MO along the right or west bank of the Mississippi River. The new floodwall will be designed as an inverted T-type continuous concrete wall (T-Wall), which will be comprised of individual concrete T-Wall monoliths with a continuous sheet pile cut-off wall and is anticipated to be constructed one foot higher than the current floodwall.

The project includes replacing six out of the seven current swing gates for access to the river side of the floodwall. The Carleton Avenue gate will be replaced with concrete floodwall and access to the Bunge facility will be an over-levee ramp.
The new floodwall is anticipated to be constructed in the same general footprint as the current floodwall so temporary flood protection will be required for this project.

North American Industry Classification System (NAICS): 237990 Small Business Size Standard: $39.5M

Acquisition Strategy: The acquisition strategy to be determined after analysis of responses. Pricing is Firm Fixed Price.

Work Location: Caruthersville, Pemiscot County, Missouri.

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, firm 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 10 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, costs (minimum of $2-5 million) and complexity. Relevant experience in: concrete demolition, hauling, access and haul road layout and construction, driving sheet-piling in areas with low overhead clearances, splicing sheet-pile using CJP welds in the field with the ability to pass UT inspection, rebar work, welding, driving sheet-pile in areas that restrict ground vibrations, reinforced concrete work, pavement work, fabricating Hydraulic Steel Structures (HSS) following the requirements of AWS D1.5., different temporary flood protection measures experience (sheet-piling, HESCO Baskets, earthen embankment, etc.), excavation, hauling, placement, and compaction of earthen material.


(3) For the relevant example projects requested in item (2), indicate whether your firm was the prime or Sub-contractor. 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 each project 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: Completion on or before Jan 2022

Estimated Start Date: Between April and June 2020 (Exact date TBD)


Site Visit Time & Date: N/A

Response Time & Date: 1 PM CST, 25 Nov 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 (15) 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, RM 685
167 N. Main St.
Memphis, TN 38103


Thomas E. Mercer, Small Business Program Manager, Phone 901-544-4146, Email thomas.e.mercer@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP