The RFP Database
New business relationships start here

Ft. Sheridan Phase II - Ft. Sheridan/Lake Forest, IL


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

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 construction services described hereunder for Installation of Lacustrine Reef Habitat Structures for Ft. Sheridan Ecosystem Restoration.

The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute an Invitation for Bid (IFB); it does not guarantee the future issue of a 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.

GOVERNMENT REQUIREMENTS: Under the Contract, the contractor will be required to install lacustrine reef habitat structures off the shore of the existing Ft. Sheridan Ecosystem Restoration project location. The purpose of the structures is to create lacustrine habitat that would otherwise be created during the normal erosion process, which is limited by development in the area. Three types of reef design were developed in consultation with the Shedd Aquarium and are proposed for installation.


REQUESTED INFORMATION: This Agency requests that interested Contractors complete the following questions to assist the government in its efforts of performing market research for this project.


1. Firm's name and BUSINESS SIZE, address, point of contact, phone number, and e-mail address.


2. Is your company currently "active" at the System for Award Management (http://www.sam.gov)? If not, does it plan to register?


3. In consideration of NAICS code 237990, with a small business size standard of $36.5 Million, which of the following small business categories is your business classified under, if any? Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business.


4. Is your firm capable of obtaining a performance and payment bond for a project valued between $1,000,000.00 to $5,000,000.00?

5. Does the interested vendor have experience in the work described for this project? If so, how many years?

SUBMISSION OF RESPONSES: Respondents interested in providing a response to this Notice shall provide their submittals to Harrell A. Hooks prior to 4:30 p.m. (CDT) on 22 May, 2019, via email to: harrell.a.hooks@usace.army.mil (ensure that the number & title of the Sources Sought Notice of "W912P619R0009, Installation of Lacustrine Reef Habitat Structures for Ft. Sheridan Ecosystem Restoration," is included in the subject line of the email). Any electronic files (EMAIL) CANNOT EXCEED this Agency's size limit of 20MB (includes email and its attachment); files exceeding this size will be denied access to Mr. Hooks' email inbox. NEGATIVE REPLIES ARE WELCOMED.


Harrell A. Hooks, Contract Specialist, Phone 3128465376, Email harrell.a.hooks@usace.army.mil - Ericka D. Hillard, Contract Specialist, Phone 3128465378, Email ericka.d.hillard@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP