The RFP Database
New business relationships start here

Rio Grande Floodway, San Acacia Phase 2B - Levee Construction, Socorro County, New Mexico


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

SOURCES SOUGHT SYNOPSIS
For
Rio Grande Floodway, San Acacia Phase 2B - Levee Construction, Socorro County, New Mexico

*THE SOLICITATION FOR THIS REQUIREMENT WILL BE POSTED UNDER W912PP-15-R-0029*

This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.

The U.S. Army Corps of Engineers - Albuquerque District has been tasked to solicit for and award the Rio Grande Floodway, San Acacia to Bosque Del Apache, Phase 2B Levee Construction, Socorro County, New Mexico. Proposed project will be a competitive, firm-fixed price, design/bid/build contract procured in accordance with FAR 14, Sealed Bidding. The government intends to issue a solicitation under FAR 14, invitation for bid; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors.

The Government is seeking qualified, experienced sources capable of performing the work on this project including the complete removal of the existing spoil bank, and replacement with an engineered levee beginning one mile south of the intersection of Otero road and the spoil bank south for an approximate project length of 3.2 miles. The engineered levee will be constructed using satisfactory material from the removal of the existing spoil bank. Ancillary work to construction of the engineered levee and gated structure will include clearing and grubbing, inspection trench excavation and backfill, a soil bentonite low permeability cutoff wall, a levee subdrainage system, seeding of levee slopes and adjacent disturbed areas, jetty jack demolition and reconstruction, dumped riprap, articulated concrete block revetment at the ends of the project, and survey monument reconstruction throughout the project length. All permanent work shall be done free from water, therefore a diversion and dewatering plan will be required for USACE approval that shows the methods for dewatering and details of temporary protection of the work using earth berms, cofferdams, or another method proposed by the contractor.

In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $10,000,000 and $25,000,000.

Minimum capabilities required includes:

1. Contractor experience in dewatering and earthwork in an active floodplain, and National Pollution Discharge Elimination System compliance.
2. Demonstrated Capability to manage a slurry trench that has successfully installed a minimum of 1,000,000 square feet
3. Contractor Key Personnel: Slurry Trench Specialist with experience with at least 5 projects in all aspects of slurry trench construction,
4. Contractor Key Personnel: Slurry Trench Equipment Operator with a minimum of 2 projects of similar or greater magnitude (10' minimum depth).

Minimum equipment required includes: Heavy highway construction equipment and specialized slurry trenching equipment.

The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $33.5 Million.

The Standard Industrial Code is 1794 and The Federal Supply Code is Y1PZ.

Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for specialty construction-type procurement.

Prior Government contract work is not required for submitting a response under this sources sought synopsis.

Anticipated solicitation issuance date is on or about August 7, 2014, and the estimated proposal due date will be on or about September 8, 2014. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued.

Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information:

1. Firm's name, address, point of contact, phone number, and e-mail address
2. Firm's interest in bidding on the Rio Grande Floodway, San Acacia Phase 2B, Levee Construction, Socorro County, New Mexico.
3. Firm's capability to perform a contract of this magnitude and complexity same or similar to the Rio Grande Floodway, San Acacia Phase 2B, Levee Construction, Socorro County, New Mexico. Include the following information:
3a. At least 3 examples (within the past 7 years) of projects similar to the work outlined in this Sources Sought Notice. Include a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project.
3b. Supporting documentation demonstrating the firm meets the minimum capabilities and can provide the minimum equipment listed in this Sources Sought Notice.
4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB
5. Firm's Joint Ventures -(existing), including Mentor Prot g s and teaming arrangement information is acceptable
6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firm's should be able to demonstrate bonding capacity well within the estimated construction range listed above.

Interested Firm's shall respond to this Sources Sought Synopsis no later than 2:00PM (MST) June 30, 2014. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Diana Keeran, USACE-Albuquerque District, ATTN: Contracting Division, 4101 Jefferson Plaza NE, Albuquerque, New Mexico 87109, Fax No. (505)342-3263, Email Address: Diana.M.Keeran@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.

Firms responding to this sources sought synopsis 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 synopsis.

NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS.

If inadequate responses are received, this solicitation may be issued for full and open competition.



Diana Keeran, Phone 5053423263, Email Diana.M.Keeran@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP