Nobles Branch Sump Improvement - New

Agency: DEPT OF DEFENSE
State: Texas
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159708475898547
Posted Date: Mar 29, 2024
Due Date: Apr 12, 2024
Solicitation No: W9126G24R0142
Source: Members Only
Follow
Nobles Branch Sump Improvement - New
Active
Contract Opportunity
Notice ID
W9126G24R0142
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
W076 ENDIST FT WORTH
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 29, 2024 03:41 pm CDT
  • Original Response Date: Apr 12, 2024 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2PZ - REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Dallas , TX 75201
    USA
Description

SOURCES SOUGHT



For



Nobles Branch Sump Improvements



W9126G24R0142



Posted 29 March 2024



Responses Due: 12 April 2024



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 SOURCES SOUGHT. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation.



The U.S. Army Corps of Engineers – Southwestern Fort Worth District has been tasked to solicit for and award a construction contract for the Nobles Branch Sump Improvements, located in Dallas, Texas. Proposed project acquisition strategy will be best value trade-off, unrestricted, competitive, firm-fixed price, design-bid-build (DBB). Procurement methodology will be Request for Proposal (RFP) to be conducted under Federal Acquisition Regulation (FAR) Part 15.203.



The acquisition strategy outline under FAR Subpart 6.1, “full and open competition” or 6.2, “full and open competition after exclusion of sources” will be based on responses received from this announcement and other market research methods utilized.



The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of various industries, to include the Large and Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate.



SCOPE OF WORK: The Nobles Branch Sump Improvement project includes the installation of four 60-inch reinforced concrete pipes below Empire Central Drive, Dallas, Texas via the jack and bore method. Additionally, it consists of installation of four (4) proposed slide gates, plugging and abandoning an existing 60" RCP culvert, relocation of an existing 48" Storm sewer, demolishing of existing upstream headwall, installation of inlet and outlets structures, excavation of embankment section, slope protection, channel protection, installation of mechanical and electrical equipment, and roadway pavement repair.



Magnitude of Construction: FAR Part 36 Disclosure of the magnitude of construction is between: $5,000,000 and $10,000,000.00.



Period of Performance: Approximately 588 Calendar Days



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 $45M.



The Product Service Code is Z2PZ.



Small Businesses are reminded under FAR Part 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008) DEV (Sep 2021).



Prior Government contract work is not required for submitting a response to this source sought request. However, respondents are reminded that all construction performance must follow the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations.



Offerors response to this Synopsis shall be limited to 25 pages and shall include the following information:




  1. Unique Entity Identification (UEI), Offerors name, address, point of contact, phone number, e-mail address and cage code.

  2. Offerors interest in bidding on the solicitation when it is issued.

  3. Responses to the below Nobles Branch Sump Improvements Sources Sought Questions.

  4. Submit a minimum of three (3) to a maximum of five (5) projects identifying your Offerors capability to perform the magnitude and complexity of work outlined in the Scope of Work above within the past 5 years.

  5. Please confirm if your Offeror will perform the following work as a prime contractor or as a subcontractor. If work will be performed as the prime contractor, does you Offerors have a pool of qualified subcontractors who can perform some or all of the following work:

    1. Placing compacted engineered fill

    2. Culvert emplacement and hydraulic structure construction.

    3. Work with reinforced concrete pipe up to 60-inches

    4. Placement of erosion protection materials to include riprap and articulated concrete blocks.

    5. Dewatering utilizing wellpoints.



  6. Offerors Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. One (1) page.

  7. Offeror’s Bonding Capability (construction bonding levels per contract and aggregate construction bonding levels, both expressed in dollars) via a letter from the bonding company. One (1) page.



This announcement and correspondence will be issued via the Government Point of Entry, System for Award Management (SAM) at (https://sam.gov). Offerors must be active in SAM.GOV to be eligible for award of Government contracts, including documenting Sec. 889 Compliance in SAM.GOV that include FAR Part 52.204-24 and FAR Part 52.204-25. Contracting will verify the 889(a) and (b) compliance – per FAR Part 52.204-26. Award cannot be issued for non-compliance until SAM Registration is complete, otherwise ineligible for award. Offerors and interested vendors are to register electronically in SAM.gov to receive information. Contractors are responsible for monitoring the site for updates.



The SUPPLIER PERFORMANCE RISK SYSTEM (SPRS) (https://piee.eb.mil/), summary report must be completed prior to an award. The Supplier Performance Risk System (SPRS) is the authoritative source to retrieve supplier and product PI (performance information) assessments for the DoD (Department of Defense) acquisition community to use in identifying, assessing, and monitoring unclassified performance. (DoDI 5000.79).



National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS) prior to responding to this solicitation. The NIST score is a responsiveness item. Bids/offers from contractors with a NIST score in SPRS will be considered responsive and evaluated/considered for award. Those without a NIST score in SPRS will be deemed NON-RESPONSIVE and thus not evaluated/considered for award.



Interested Offerors shall respond to this Sources Sought Synopsis no later than [5:00PM CDT] [ 12 April 2024]. All interested Offerors must be registered in sam.gov to be eligible for award of Government contracts. Email your response to Contract Specialist: octavia.e.gregory@usace.army.mil and Contracting Officer: robert.m.duran@usace.army.mil .



Nobles Branch Sump Improvements

Sources Sought Questions



1. The forthcoming solicitation will be procured through an Best-Value Trade-Off. Have you successfully bid and executed a Design-Bid-Build contract(s)? What would you consider to be the most important qualification factors of such procurement?



2. Would you serve as the prime contractor or a subcontractor? If you are the prime contractor, would you construct all of the features or what work features would you subcontract?



3. What is your experience managing or working as a specialty subcontractor? What difficulties have you encountered and how did you resolve them?



4. What experience do you have in constructing storm drains, hydraulic structures, and roadways? What difficulties did you encounter?



5. Do you have experience with jack and bore methods of construction? Provide a description of equipment or sources used previously for such work.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 819 TAYLOR ST BOX 17300
  • FORT WORTH , TX 76102-6124
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 29, 2024 03:41 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >