The RFP Database
New business relationships start here

Minish Passaic River Waterfront Park and Historic Area Project


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

THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED.

The purpose of this announcement is to gain knowledge of potential business sources with specific interest in small business, certified 8(a) serviced by SBA districts located within Region I-New England, Region II-Atlantic and Region III-Mid Atlantic, certified HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a contract involving construction of bulkheads, railings and ladders. The NAICS Code is 237990: Other Heavy and Civil Engineering Construction (Size Standard $36.5 million average annual receipts for preceding three fiscal years). No awards will be made from the responses to this synopsis. No solicitation will be available at this time.

Responses will be used to determine appropriate acquisition decisions for a future procurement. If qualified firms do not respond to this Sources Sought notice, the construction contract may be acquired under full and open competition.

BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT

The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for construction of the Contract 3A components of the Minish Park project in Newark, NJ. Contract 3A includes construction of approximately 1,100 LF steel sheet pile with concrete cap and tie-back to a deadman system. Additional project features include powder coated aluminum railings and ladders.

The estimated construction cost range is above $10 million. Award is projected in January 2018.

SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY

The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following items. At the end of this survey you will be asked to provide your comments.

1. Name of responding firm with address, phone number, fax number, point of contact and email address.

2. Identification and verification of the company as a:

a. Small or large business firm as defined by SBA, or
b. Certified HUBZone firm, or
c. Service-Disabled Veteran Owned Small Business (SDVOSB) firm, or
d. SBA certified 8(a) firms serviced by SBA districts located within Region I-New
England, Region II-Atlantic, and Region III-Mid Atlantic

3. A CAGE Code and DUNS Number for the firm.

4. Statement of Interest: Please indicate if your firm is willing to submit an offer for the contract described above. If not, please explain why not.

5. Indicate if your firm would be bidding on this contract as a sole contractor, prime contractor with subcontractor(s), or as a joint venture.

6. Indicate if there is a dollar limit on the size contract that you would bid.

7. Indicate Bonding Capacity: per contract and total bonding capacity.

8. Qualification Criteria: Responses to this sources sought shall provide information that indicates the contractor has the experience to perform the work as specified above. Include:

a. Steel sheet pile with concrete cap and tie-back system similar in nature to this project. Please describe the project and for whom the work was performed. Identify a point of contact and phone number.

b. Site grading and earthwork experience similar in nature to this project. Please describe the project and for whom the work was performed. Identify a point of contact and phone number.

c. The largest steel sheet pile contracts (in dollar amounts) on which you were the prime contractor.

d. The largest site grading construction contracts (in dollar amounts) on which you were the prime contractor.

e. Experience with coordination of utility relocations including cable, fiber optic, telephone, electric, gas, sewer and water. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed.

f. Experience with implementing traffic detours on State, County and City roads. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed.

g. Experience with New Jersey Department of Transportation requirements for work on roads within their jurisdiction. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed.

h. Experience with the New Jersey Department of Environmental Protection - Land Use permit requirements for working in waterways zones within their jurisdiction. Please describe the project, identify for whom the work was performed (provide point of contact name and contact information) and the dates the work was performed, listing any permits the project adhered to, as well as describing the outcome of the project, especially as it relates to permit compliance and environmental best practices.

i. Type of heavy construction equipment you own and/or operate that is suitable for the work described. For each item of equipment that you list, please specify its load capacity, modifications and any other relevant characteristics.

9. The interested contractor should list the percentage and type of work that they will self-perform. Interested responders should refer to the following FAR Clauses to see the Limitations on Subcontracting that pertain to specific set-asides:

FAR 52.219-14 (Pertains to Small Business and 8(a) Set-asides).
FAR 52.219-3 (Pertains to HUBZone Set-asides).
FAR 52.219-27 (Pertains to Service-Disabled Veteran-Owned Small Business Set-asides).

10. Contractor's comments or recommendations. Please provide, if any.

Please note that this notice is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. Firms should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Submit Survey Questionnaires to alexander.t.heinzel@usace.army.mil.

Alex Heinzel, Phone 9177908087, Email alexander.t.heinzel@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP