TITLE: MANSFIELD LEVEE REPAIR in MANSFIELD, PENNSYLVANIA
SOLICITATION NO. W912DR21B0025
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.
The U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified SMALL BUSINESS CONSTRUCTION CONTRACTORS interested in performing work on the potential MANSFIELD LEVEE REPAIR in MANSFIELD, PENNSYLVANIA
By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice.
Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice.
PROJECT DESCRIPTION:
The U.S. Army Corps of Engineers, Baltimore District (NAB), has been tasked to solicit for and award construction services for Mansfield Levee Repairs in Mansfield, Pennsylvania. The proposed project will be a competitive, firm-fixed-price, contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB).
The purpose of the proposed action is to restore the flood risk management capabilities of the Mansfield Levee by performing maintenance to return the levee to the original as-built elevations. Mansfield Levee is in Mansfield, PA (Tioga County). The Borough of Mansfield is located at the intersection of Business Route 15, soon to be the I-99 Corridor, and Route 6. The Mansfield Levee is associated with the Tioga-Hammond Lakes flood risk management project and provides protection from high-water events on the Tioga River and Corey Creek.
The project consists but is not limited to the repair, construction, and installation of the following:
Project Assumptions: The Contractor is required to supply all labor, materials, equipment, and transportation to complete the construction of the Government furnished plans and specifications.
Contract Deliverable: Provide a completed project per the Government furnished plans and specifications.
Submission Requirements and Timeline: Provide a proposal within 30 calendar days of the solicitation. Construction duration will be approximately 12 months.
The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors. Large businesses are not prohibited from submitting a response to this notice; however SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB, and WOSB are highly encouraged to participate.
In accordance with FAR 36.204 – Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $500,000.00 and $1,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 237990 – “Other Heavy and Civil Engineering Construction”, which has a small business size standard of $39,500,000.
Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded that they need to have a bonafide office in the geographical areas of consideration where the work is to be performed as determined by the U.S. Small Business Administration.
Responders should address ALL of the following in their submittal:
Prior Government contract work is not required for submitting a response to this sources sought notice.
The following criteria must be considered to ensure the ability to perform the proposed work:
2. Provide one (1) project or multiple projects demonstrating successful experience with levee construction, levee repair, or similar flood protection project.
3. Responders should have experience in the areas listed below and provide narratives identifying that specific experience:
4. Provide a letter from the surety regarding the maximum bonding capability for a single contract action and total aggregate bonding capacity.
5. Responses must include the Offeror’s Name, Company address, CAGE Code, POC Phone number, POC email, and SAM information.
6. Narratives shall be no longer than ten (10) pages. Double sided pages will count as two (2) separate pages.
Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence.
SUBMISSION INSTRUCTIONS:
THIS NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought notice is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered.
Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. EDT 28 July 2021. All responses under this Sources Sought Notice must be emailed to [email protected] and [email protected] referencing the sources sought notice number W912DR21B0025.
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.