Mississippi River, River Mile 414.5; FC/MR&T, Channel Improvement, Togo Island Bendway Weirs.

Agency: DEPT OF DEFENSE
State: Louisiana
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159770079592505
Posted Date: Mar 20, 2024
Due Date: Mar 29, 2024
Solicitation No: W912EE24R0006
Source: Members Only
Follow
Mississippi River, River Mile 414.5; FC/MR&T, Channel Improvement, Togo Island Bendway Weirs.
Active
Contract Opportunity
Notice ID
W912EE24R0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
MVD
Office
W07V ENDIST VICKSBURG
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 20, 2024 01:09 pm CDT
  • Original Response Date: Mar 29, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    LA
    USA
Description

W912EE - The USACE Vicksburg District is seeking qualified and capable contractors with the capability and capacity to perform the scope-of-work indicated, who are capable of mobilizing immediately with sufficient floating plant to meet the accelerated stone placement production rates required.



The work to be performed is described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 237990-Other Heavy and Civil Engineering Construction, and the related small business size standard is $45.0M.



This notice is not a request for proposal and the information presented in this announcement will not obligate the U.S. Army Corps of Engineers in any manner. Pursuant to DFARS 236.204(ii) The estimated magnitude of construction of this project is between $25,000,000 and $100,000,000. This procurement will require 100% performance and payment bonds.



PROJECT SPECIFIC DETAILS:



Work Location: Mississippi River, River Mile 414.5; FC/MR&T, Channel Improvement, Togo Island Bendway Weirs.



The work consists of furnishing all plant, labor, materials, and equipment needed, and performing all work for the Togo Island Bendway Weirs on the Mississippi River. Principal features of the work include mobilization and demobilization; and furnishing, delivering, and placing Graded Stone “A”.



The awardee shall be required to adhere to an extremely accelerated daily stone placement schedule necessary to place an estimated quantity of up to 500,000 tons of Graded “A” stone. The Contractor shall be required to (a) commence work within 10 calendar days after the date of receipt of Notice to Proceed, (b) prosecute the work diligently, and (c) complete the work ready for use not later than the time required to complete the entire project by maintaining an average stone placement rate of not less than 15,000 tons of stone placement per calendar day, with an additional 10 calendar days for mobilization and 10 calendar days for final cleanup of premises.



The Contractor shall be competent in placing Stone on the Mississippi River in rapid flowing river conditions with depths anticipated to be in excess of 65 feet. Due to the location of Togo Island Bendway Weirs, the Contractor shall be required to maintain navigation traffic including clearing the navigation que at night. The estimated tonnages are based on the best information available at this time and may vary due to site conditions.



REQUIREMENTS:



Interested firms should submit a capabilities package, to include the following:



1. Firm's name, address, point of contact, phone number, and email address.



2. CAGE code and UEI.



3. Firm's interest in participating in the solicitation, if issued.



4. Business classification: Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone Small Business (HUBZone), 8(a) Program, or Other than Small Business (Large Business).



5. Firm's joint venture information (if applicable).



6. Bonding information (provide bonding limits on the bonding company's letterhead):



a. Single bond



b. Aggregate



c. Point of contact for the bonding company



7. If depending on sub-contractor capability the interested party shall submit a letter of commitment from the sub-contractor.



8. Equipment list of floating plant capable of performing the scope-of-work.



9. Interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and capability to meet all requirements stated above.



Include your firm’s capability to execute comparable work performed within the past 5 years. The provided information shall include the following:



a. Brief description of the project



b. Customer contact information



c. Outcome of the project



c. Timeliness of performance



e. Dollar value of the completed projects



At least three (3) projects should be provided to demonstrate competency and experience in the required areas of work. Narratives shall be no longer than ten pages.



TECHNICAL QUESTIONS:



1. Describe similar projects you have experience constructing that demonstrate your capabilities to successfully perform this contract. If you are relying on a subcontractor’s experience, describe your subcontractor’s relevant experience, your history in successfully working on other contracts with this subcontractor, and what experience you have as a prime contractor managing similar contracts.



2. What features of work would you self-perform and what features of work would you subcontract out?



3. What equipment do you or your subcontractor own and what equipment would you have to lease in order to successfully perform this contract?



4. What stone source quarries would you work with to ensure consistent stone supply and delivery during construction to meet the production rates stated in the sources sought notification?



SUBMIT TO:



Submission shall be via email to Shelia R. Bradley, Contract Specialist at Shelia.R.Bradley@usace.army.mil and copy furnish R. Ellis Screws, Contracting Officer, at Ellis.Screws@usace.army.mil.



Responses should be sent as soon as possible, but not later than 2:00 PM Central Time, March 29, 2024. Please use the following subject line for the email: “PANMVD-24-P-0000-1959 – Togo Island. Telephone inquiries will not be accepted or acknowledged.



All interested firms must be registered in the System for Award Management (www.SAM.gov) and maintain an active registration for the duration of the contract to be eligible for award of Government contracts.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 4155 CLAY STREET
  • VICKSBURG , MS 39183-3435
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 20, 2024 01:09 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 >