The RFP Database
New business relationships start here

Civil Works & Flood Recovery Projects


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

Sources Sought W912P919Z0010

Civil Works & Flood Recovery Projects – IDIQ Multiple Award Task Order Contract (MATOC)

This is a Sources Sought Notice.  This Sources Sought neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach.  This Sources Sought should not be construed as a commitment by the Government for any purpose.  Requests for a solicitation will not receive a response.  This Sources Sought Notice is in support of a market survey being conducted by the St. Louis District, Corps of Engineers to identify interested Contractors within the USACE Regions IV, V, VI, and VII for the Scope of Work listed below. Contained within this Sources Sought Notice are the general capabilities required to perform the Scope of Work according to USACE standards.   The Contractor must be capable to perform the Scope of Work listed.  Contracts are anticipated to be up to a Five Year duration with several Multiple Awarded base IDIQ Contracts to various business size classifications and subsequent Task Orders issued against each base IDIQ as needed to support Civil Works & Flood Recovery Projects. Work associated with this requirement shall take place within St. Louis District Area of Responsibility (AOR).

General Project Description & Statement of Work

Several Multiple Award Task Order Contract (MATOC) – Indefinite Delivery Indefinite Quantity (IDIQ)

5 Year Base Contract Duration with Issuance of Task Orders on as needed basis

Each Contract Guaranteed Minimum: $5,000

Cumulative Maximum Capacity of all Awarded IDIQs : $50 - $100 Million (5 Year Duration)

The work covered by this contract consist of furnishing all equipment, labor, operators, supervision/site superintendent, quality control, supplies, materials, and incidentals necessary to satisfactorily perform and provide construction activities associated with Civil Works and Flood Recovery Projects to include, but not limited to surveying, earthwork operations, borrow operations, lime-treated embankment operations, care of water, various stone surfacing/placement, various access road repairs, installation of stone armored protection, installation and rehabilitation of drainage structures and associated apertures, relief well rehabilitation and replacement, camera inspection & slip-lining existing drainage structures, and establishment of turf for repairs of compromised landside, riverside, and crown levee sections in accordance with both base contract and task order specific supplemental plans and specifications.

Contract Areas and Construction Limits:  The primary contract areas are located within the St. Louis District Area of Responsibility (AOR). 

Required Trades:  The contractor shall have the capabilities of supplying trades including, but not limited to laborers, operators, welders, carpenters, iron workers, cement masons, qualified quality control managers, safety professionals, professional material testing, and professional surveyors for performance of work.

Required Equipment: The contractor shall have the capabilities of supplying multiple pieces of equipment including, but not limited to, the types of equipment as described below for performance of work:

·         Bulldozers, Excavators, Long Reach Excavators, Lime Spreading Equipment, Soil Pulverizers, Loaders, Dump Trucks, Off Road Trucks, Scrapers, Graders, Tractors, Skidsters, Compaction Rollers, Water Trucks, and other misc equipment required for earthwork and stone placement operations.

·         Various makes, type, and capacity pumps and associated equipment for care of water.

·         Various Seed spreading and Installation Equipment and Water Trucks for establishment of turf.

·         Various Camera Inspection and Slip-Lining Equipment

·         Various survey and material testing equipment.

 

Submission

1.  Please provide examples of work or projects, available resources, or narratives to demonstrate capability and experience to provide or perform any of the following items.  If work was sub-contracted please annotate this.

A.     Experience and capability to provide earthwork operations relative and similar to the General Project Description.

 

B.      Experience and capability to provide lime stabilization levee slide repairs.

 

C.      Experience and capability to provide camera inspection and slip-lining of drainage pipe.

 

D.     Experience and capability to provide Relief Well Rehabilitation and Replacement.

 

E.      Experience, resources, capability, and examples demonstrating ability to perform work on multiple similar type projects at two or more locations simultaneously.

 

F.      Experience and capability to provide for professional surveying and material testing.

 

2.  Please provide business information in the following format:

     Business Name:

     Point of Contact: (Name/Phone/Email)

     Address:

     Business Size (Large/Small/8(A)/Hubzone/SDVOSB/WOSB)

     Cage Code:

3.  Any information submitted by respondents to this Sources Sought Notice is strictly voluntary.  The Government will not pay for any information that is submitted by respondents to this Sources Sought Notice.  The Government requests interested firms submit one (1) copy of their capability and experience response no later than 10:00 a.m., Central Standard Time, on 22 JULY 2019 and should not exceed 15 one-sided, 8.5 X 11 inch pages, with the font no smaller than 10 point, to Angie Grimes, St Louis District, Corps of Engineers, via email at Angie.L.Grimes@usace.army.mil, Fax will not be accepted.  Please direct any questions on this announcement to Angie Grimes at the above email or phone number 314-331-8965.


Angie L. Grimes, Contract Specialist, Phone 3143318965, Email angie.l.grimes@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP