Civil Construction Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: Request For Information
this Is A Request For Information (rfi)/sources Sought Notice Being Released Pursuant To Federal Acquisition Regulation (far) Part 10: Market Research.
this Rfi Is Issued Solely For Informational, Market Research, And Planning Purposes Only. It Does Not Constitute An Invitation For Bid (ifb), Request For Quote (rfq), Or Request For Proposal (rfp) Or A Promise To Issue An Rfq/ifb/rfp In The Future. No Solicitation Document Exists At This Time. Issuance Of This Notice Does Not Constitute Any Obligation On The Part Of The Government And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. In Addition, Respondents Are Advised That The United States Government Is Under No Obligation To Pay For Any Information Or Administrative Cost Incurred In Response To This Rfi. At This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Rfi. The Specifications For This Requirement Will Only Be Available Upon Solicitation Issuance.
requirement:
the U.s. Army Corps Of Engineer (usace), Philadelphia District (nap), Anticipates A Requirement For North Jetty Repairs At Indian River Inlet, De. The Estimated Magnitude Of This Project Is Between $10,000,000 And $25,000,000.
description:
the Project Authorization Includes Stabilizing The Inlet By Construction Of Parallel Jetties 500 Ft Apart; A Channel Generally 200 Ft Wide And 15 Ft Deep From The Inner Ends Of The Jetties To A Point In The Bay Substantially 7000 Ft From The Ocean Shoreline, A Channel 9 Ft Deep, 100 Ft Wide In The Bay And 80 Ft Wide In The River, From That Depth In The Existing Channel In Indian River Bay To And Including A Turning Basin 9 Ft Deep, 175 Ft Wide And 300 Ft Long At Old Landing; Then About 8200 Ft To Highway Bridge At Millsboro, 60 Ft Wide, 4 Ft Deep.
the Indian River Inlet North Rubblemound Jetty Is Degraded And Will Be Repaired As Follows:
the Contractor Shall Repair A 1) Subaerial Section Of The Degraded North Jetty, 2) Additional Submerged/seaward Sections Of The North Jetty As Needed To Stabilize The Repairs And 3) Construct A New Seaward Terminus. Work Will Entail Re-construction Of A Portion Of The Rubble Mound Structure Using Large Rock And Other Components Such As Marine Mattresses.
the Jetty Is Located In An Inlet Environment With Deep Scour Holes, Swift Currents And Dynamic Conditions. Both Land And Marine-based Construction Are Anticipated.
the Estimated Period Of Performance Is 18-months From Notice To Proceed (ntp)
the Anticipated North American Industrial Classification System (naics) Code Is 237990, Other Heavy And Civil Engineering Construction, With A Sba Size Standard Of $45.0m.
survey:
the Government Is Issuing This Notice To Determine A Competitive Basis. This Is Not A Solicitation And The Items Listed Herein Are Subject To Change Or Eliminated From The Requirement. This Survey Is For Market Research Purposes Only. Only Prospective Contractors Capable Of Performing This Type Of Work Should Respond To This Request For Information.
your Response To This Survey Is Requested By 2:00 Pm Eastern Time, May 13, 2025. Please Send By Email To Connor Struckmeyer At Connor.a.struckmeyer@usace.army.mil And Brandon Mormello At Brandon.r.mormello@usace.army.mil. Include In The Title "sources Sought- North Jetty Repairs” As The Subject Line In Email Communications. All Submitted Responses Must Be In Either Microsoft Word Or Adobe Pdf Format.
1.) Name Of Your Firm:
2.) Cage/unique Entity Identifier:
3.) Point Of Contact, Phone Number, And E-mail Address:
4.) List Three (3) Projects Completed Within Fifteen (15) Years Of The Date Of This Notice That Demonstrates Experience, As A Prime Contractor Or Subcontractor, For The Repairs Of Jetties Or Similar Land/marine Work.
A.) Project Name:
contract Number (if Applicable):
year Completed:
was The Project Completed On Time?
prime Or Subcontractor:
type And Percentage Of Work Self-performed (based On Contract Value):
dollar Amount:
general Description Of Project:
B.) Project Name:
contract Number (if Applicable):
year Completed:
was The Project Completed On Time?
prime Or Subcontractor:
type And Percentage Of Work Self-performed (based On Contract Value):
dollar Amount:
general Description Of Project:
C.) Project Name:
contract Number (if Applicable):
year Completed:
was The Project Completed On Time?
prime Or Subcontractor:
type And Percentage Of Work Self-performed (based On Contract Value):
dollar Amount:
general Description Of Project:
5.) Are You A Small Business Classified Under The Above Naics Code? If So, Do You Fall Into A Sub-category (e.g. Hubzone, 8(a), Sdvosb, Wosb, Etc.)?
6.)for This Requirement, What Percentage Of This Work Would You Subcontract (reference Far 52.219-14, Limitations On Subcontracting)?
7.)what Type Of Work Requirements Will You Subcontract Out To Small Businesses?
8.)do You Plan To Subcontract To Only Small Businesses?
9.)if The Answer To Question 8 Is “yes”, Are These Small Businesses With A Sub-category (e.g. E.g. Hubzone, 8(a), Sdvosb, Wosb, Etc.)?
10.) What Is Your Bonding Capacity Per Contract?
11.) What Is Your Aggregate Bonding Capacity Per Contract?
12.) If This Requirement Is Advertised, Do You Anticipate Submitting A Proposal?
Closing Date13 May 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: This Sources Sought Notice (ssn) With Request For Information (rfi) Is Being Issued For Informational And Planning Purposes Only As Market Research (far 10.001(b) To Determine The Availability, Capability, Information, And Interest Of Firms From Industry For A Potential Government Requirement. This Is Not A Request For Proposal (rfp). It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government.
responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Responders Are Advised That The Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Ssn/rfi; All Costs Associated With Responding To This Notice Will Be Solely At The Interested Party’s Expense. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary.
responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
not Responding To This Notice Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Sam.gov. It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement.
the Air Force Nuclear Weapons Center (afnwc) Is Seeking Information From Interested Contractors For The Design And Construction Of The Sentinel Systems Infrastructure Launch Facilities In Missile Fields, Associated With Three (3) Different Air Force Bases (afb).
f.e. Warren (afb) Located In Wyoming, With Launch Facilities In Colorado, Nebraska, & Wyoming.
malmstrom (afb) Located In Montana.
minot (afb) Located In North Dakota.
general Scope:
the United States Department Of The Air Force (daf) Plans To Procure The Replacement Of The Minuteman Iii Infrastructure Launch Facilities That Have Reached The End Of Their Lifecycle.
the Air Force Nuclear Weapons Center Anticipates Potential Requirements For Military Construction (milcon) Of Sentinel Lauch Facilities Located Across Five (5) States Encompassing Three (3) Air Force Bases. This Requirement Is Anticipated To Be Accomplished As A Design-build (db) And/or Design-bid-build (dbb) Project(s). The Project Execution Window Is Currently Anticipated Between 2028-2040. The Potential Requirement May Result In A Solicitation Issued Approximately 2026.
the Sentinel Ground Based Strategic Deterrent Intercontinental Ballistic Missile System Program At These Afbs Include Constructing 450 Launch Facilities Across 40,000 Square Miles.
these New Launch Facilities Will Be Located Within Secure Boundaries. Sub-surface Hardened Silo Dimensions Are Estimated To Be 20 Feet In Diameter With A Depth Of 110 Feet And Hardened Sub-surface Support Facilities Estimated To Be 1,000 To 2,000 Square Feet To House Critical Equipment.
each Launch Facility Will Be Permanent Construction. These Facilities Will Comply With Department Of Defense Anti-terrorism/force Protection Requirements. Additionally, The Hardened Launch Facilities Will Be Equipped With Delay And Denial Measures.
additional Information About The Program Can Be Found In The Final Environmental Impact Statement (feis) Which Is Located Here: Https://www.afgsc.af.mil/sentinel/environmental-impact-statement/
in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) 236.204(v), The Government Currently Estimates The Magnitude Of Construction For The Potential Project Is Over $500,000,000.
with Current Estimates Of Magnitude Of Construction For Each Location:
between $5,000,000,000 And $10,000,000,000
f.e. Warren (afb)
malmstrom (afb)
minot (afb)
the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be237990 Other Heavy And Civil Engineering Construction. The Small Business Size Standard For The Naics, As Established By The U.s. Small Business Administration, Is $45,000,000 Annual Revenue. The Product Service Codefor The Potential Requirement Is Anticipated To Be Y1bf, Construction Of Missile Systems Facilities.
if There Is A Reasonable Expectation That At Least Two (2) Responsible Small Business Concerns Under This Naics Can Provide The Anticipated Services At Fair Market Prices, The Contracting Officer Is Required To Set The Acquisition Aside For Small Business Concerns. If Competition Is Set-aside For Small Businesses, Federal Acquisition Regulation 52.219-14, Limitations On Subcontracting, Requires That General Construction Small Business Contractors Self-perform At Least Twenty-five Percent (25%) Of The Cost Of The Contract, Not Including The Cost Of Materials. If No Set Aside Is Made, The Requirement Is Competed With Full And Open Competition, And The Awarded Contractor Is Not A Small Business, The Contractor Will Be Required To Self-perform The Percent Of Work Identified In The Solicitation Under Far 52.236-1,performance Of Work By The Contractor.
contractors With The Skill, Capabilities, Workload Capacity, And Ability To Obtain Bonding To Complete The Project Described Above (either Through Self-performance And/or Subcontractor Management) Are Invited To Provide Capability Statements To The Primary Point Of Contact Listed Below. Since Information Received From This Sources Sought Synopsis Will Be Used To Make Acquisition Decisions, Both Small Businesses And Other Than Small Businesses Are Encouraged To Submit Responses To The Capability Statements, Pla Survey And Request For Information Attachments.
please Provide Responses To The Attached Capabilities, Pla Survey And Request For Information Questions By E-mail To Peggy Japngie Lizotte At Peggy.japngie_lizotte.1@us.af.mil And Jeremy Grimley At Jeremy.grimley.1@us.af.mil No Later Than 2:00 Pm Mdt, 20 March 2025.
please Include In The Response E-mail Subject Line The Sources Sought Notice Number And Project Title, ‘fa8219-25-s-lfnwc Afnwc Design And Construction - Sentinel Launch Facility’.
Closing Date20 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Civil Works Others, Excavation
Corrigendum : Closing Date Modified
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposal. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the U.s. Army Corps Of Engineers (usace), Baltimore District (nab) Requests Capability Statements From Qualified Industry Partners. Usace Nab Has Been Tasked To Solicit And Award A Firm-fixed-price Construction Contract For North East River Maintenance Dredging, Cecil County, Md. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Request Or Any Follow-up Information Requests; All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. The Naics Code For This Acquisition Is 237990 - Other Heavy And Civil Engineering Construction, With A Size Standard Of $37,000,000.00. The Magnitude Of Construction Is Between $1,000,000.00 And $5,000,000.00. To Be Considered Small For Purposes Of Government Procurement, A Firm Must Perform At Least 40 Percent Of The Volume Dredged With Its Own Equipment Or Equipment Owned By Another Small Dredging Concern.
by Way Of This Market Survey/sources Sought Notice No. W912dr25x16ez, Usace Nab Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Therefore, This Notice Does Not Constitute A Request For Proposal (rfp); It Does Not Guarantee The Future Issuance Of An Rfp; Nor Does It Commit The Government To Contract For Any Supply Or Service. Further, Usace Nab Will Not Accept Unsolicited Proposals. In Accordance With Federal Acquisition Regulation (far) 15.201(e), 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 Usace, Nab Will Be Completing Maintenance Dredging In The North East River, Cecil County, Md. Material Will Be Placed At An Existing Upland Placement Site Approximately 6 Miles From The Furthest Location Of The Dredging. The Magnitude Of Construction Is $1,000,000.00 To $5,000,000.00. The Construction Duration Will Be Approximately 120 Calendar Days From Notice To Proceed.
the Scope Includes Using A Hydraulic Cutterhead Pipeline Dredge In North East River To Remove Material To Its Authorized Depth Of 7 Feet (plus Two Feet Of Allowable Overdepth). Up To 100,000 Cubic Yards Of Silty To Sandy Material Are To Be Dredged. Material Will Be Transported Via Pipeline To The Existing Upland Placement Site. Pipeline Distance Will Be Approximately 6 Miles From The Furthest Dredging Location. The Pipeline Will Travel Through The North East River, Up Stony Run Creek, And Over Tidal And Nontidal Wetlands To Reach The Existing Upland Placement Site.
responders Should Address All Of The Following In Their Submittal:
1. Firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code.
2. Indicate If Your Company Is Currently Registered With The Systems For Award Management (sam) Database. If Not, Indicate If It Has Been Registered Or Does It Plan To Register.
3. In Consideration Of Naics Code 237790, With A Small Business Size Standard In Dollars Of $37,0000,000.00, Indicate Which Of The Following Small Business Categories Your Business Is Classified Under: Other Than Small Business, Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Or 8(a) Business.
4. Indicate If Your Company Is Currently Prohibited From Doing Business With The Federal Government. Yes/no. (if Yes, Explain).
5. Provide A Letter From Your Surety For Bonding Capacity For A Dredging Project Of The Anticipated Magnitude Detailed Above.
6. Provide At Least Two (2) Examples Of Projects Similar In Size And Scope Within The Past Six (6) Years Directly Performed By Your Company, Dates Of Projects, Project References (including Owner With Phone Number And Email Address), Floating Plant, And Final Costs Of Completed Projects. Contractors With Unsatisfactory Past Performance May Not Be Considered Capable Of Successfully Performing This Type Of Work.
7. The Submittal Should Contain And Identify All Expertise, Types And Number Of Equipment, And Name And Number Of Personnel. The Contractor Must Also Have Worked Previously With The Federal Government On A Similar Job And Provide Examples Of Those Jobs And References (name And Phone Number) To Assure Expertise.
8. Total Submittal Shall Be No Longer Than Ten (10) Pages In One (1).pdf File.
comments Will Be Shared With The Government And The Project Team, But Otherwise Well Be Held In Strict Confidence.
submission Instructions:
this Notice Is Not An Rfp. 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 Source Sought 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 No Later Than 5 May 2025 By 11:00 Am Edt. All Responses Under This Sources Sought Notice Must Be Emailed To The Contract Specialist, Ms. Tamieka Silver At Tamieka.l.silver@usace.army.mil And The Contracting Officer, Mr. Gary Faykes At Gary.faykes@usace.army.mil Referencing The Source Sought Notice Number W912dr25x16ez.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
please Note That Vendors Not Registered In The System For Award Management (sam) Database Prior To Award Of Contracts Will Not Be Eligible For An Award. Vendors Must All Be Registered In Sam Under The Applicable Naics Code 237990 As Indicated In The Advertised Rfp To Be Considered For Award. Vendors May Register For Sam Online At Www.sam.gov Or By Calling 1.866.606.8220.
Closing Date8 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: By Way Of This Market Survey/sources Sought Notice, The Usace-chicago District Intends To Determine The Extent Offirms That Are Engaged In Providing The Services Described Hereunder For The Dutch Gap Aquatic Ecosystem Restoration, Antioch, Lake County, Illinois. The Responses To This Notice Will Be Used For Planning Purposes Foran Upcoming Procurement. Therefore, This Notice Does Not Constitute A Request For Proposal (rfp); It Does Notguarantee The Future Issue Of A Rfp; Nor Does It Commit The Government To Contract For Any Supply Or Servicewhatsoever. Further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Willnot Pay For Any Information Or Administrative Cost Incurred In Response To This Notice; All Costs Associated Withresponding To This Notice Will Be Solely At The Responding Party's Expense.
at This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietaryinformation In Response To This Notice. Responses To This Notice Will Not Be Returned. Please Be Advised That Allsubmissions Become Government Property And Will Not Be Returned. Not Responding To This Notice Does Not Precludeparticipation In Any Future Rfp, If Any Is Issued. In Accordance With Far 15.201(e), Responses To This Notice Are Notoffers And Cannot Be Accepted By The U.s Government To Form A Binding Contract. It Is The Responsibility Of Theinterested Parties To Monitor This Site For Additional Information Pertaining To This Notice.
government Requirements: Under The Proposed Contract, The Contractor Will Be Required To Provide The Following Construction Services:
the Dutch Gap Aquatic Complex, Il - Sec. 206 Project Spans 785-acres In Antioch, Lake County, Illinois, On Land Owned By Lake County Forest Preserves. Intensive Agriculture Has Led To The Installation Of Drain Tile Networks, Excavation Of Drainage Ditches, And Stream Channelization, Impacting Natural Hydrologic And Other Processes. Such Impacts Have Enhanced Flooding Risks, Minimized The Amount Of Open Space Available For Native Plant And Wildlife Communities, Diminished Recreational Opportunities, And Disturbed Natural Processes And Soils In The Project Area. The Project Area Is Further Dominated By Non-native And Invasive Plant Species. The Principal Goal Of The Project Is To Restore Stream, Riparian, Wetland, And Buffering Plant Communities To Provide Habitat For Migratory Birds And Local Fish And Wildlife. Restoration Of Aquatic Ecosystems Within The Project Area Will Reestablish Hydroperiods And Other Hydrologic And Hydraulic Parameters To Rehydrate Former Hydric Soils To Support Critical Wetland And Riparian Habitats. It Will Also Reestablish Native Plant Communities That Will Further Diversify Over Time, Resulting In Greater Quantity (acres) And Quality Of Native Plant Communities.
estimated Performance Period: 5 Years Under Naics 237990 Other Heavy And Civil Engineering Construction
estimated Cost: Between $5,000,000.00 And $10,000,000.00
all Interested Small Businesses, Certified Hubzone, 8(a), Woman-owned Small Business Or Service-disabled Veteran Owned Business Contractors Should Respond To This Market Survey/sources Sought Via Email No Later Than Friday, March 21, 2025, At 3:30 P.m. Central Time.
requested Information:
1. Identification And Verification Of The Company’s Small Business Status.
2. Contractor’s Unique Entity Identifier (uei)) And Cage Code(s).
3. Documentation From The Firm’s Bonding Company Showing Current Single And Aggregate Performance And Payment Bond Limits.
4. Descriptions Of Experience –interested Construction Firms Must Provide No More Than Three (3) Example Projects With Either Greater Than 95 Percent Completion Or Projects Completed In The Past Five (5) Years Where The Interested Firm Served As The Prime Contractor. Each Project Must Include The Name, Title, Project Role, E-mail Address, And Telephone Number Of At Least One Reference. References May Be Used To Verify Project Size, Scope, Dollar Value, Percentages And Quality Of Performance. Example Projects Must Be Of Similar Size And Scope.
a. Projects Similar In Scope/size To This Project Include:
aquatic Ecosystem Restoration Which Includes But Is Not Limited To Earthwork And Excavation For 2450 Feet Of Re-meandered Stream Channel, Hydrologic Restoration Through Disablement Of 70,000 Feet Of Drain Tile, And Native Plant Restoration Of Stream, Wetland, Prairie, And Oak Savanna Communities Over 700 Acres.
b. Based On The Information Above, For Each Project Submitted, Include:
current Percentage Of Construction Complete And The Date When It Was Or Will Be Completed.
scope Of The Project.
size Of The Project.
the Dollar Value Of The Construction Contract And Whether It Was Design-bid Build Or Design-build.
the Percentage Of Work That Was Self-performed As Project And/or Construction Management Services Or Physical Construction Type Work.
identify The Number Of Subcontractors By Construction Trade Utilized For Each Project.
5. Small Businesses Are Reminded Under Far 52.219-14, Limitations On Subcontracting; They Must Perform At Least 15% Of The Cost Of The Contract, Not Including The Cost Of Materials, With The Firm’s Own Employees For Generalconstruction-type Procurement. Include The Percentage Of Work That Will Be Self-performed On This Project, And Howit Will Be Accomplished.
note: Total Submittal Package Shall Be No Longer Than 8 Pages. Please Only Include A Narrative Of The Requested Information; Additional Information Will Not Be Reviewed.
submission Of Responses: Respondents Interested In Providing A Response To This Notice Shall Provide Their Submittals To Ericka Hillard Prior To 3:30 P.m. (central Time) On March 21, 2025, Via Email To: Ericka.d.hillard@usace.army.mil (ensure That The Number & Title Of The Sources Sought Notice Of "w912p625s0003, Dutch Gap Aquatic Ecosystem Restoration,” Is Included In The Subject Line Of The Email). Any Electronic Files (email) Cannot Exceed This Agency's Size Limit Of 20mb (includes Email And Its Attachment); Files Exceeding This Size Will Be Denied Access To Ms. Hillard's Email Inbox. Negative Replies Are Welcomed.
Closing Date21 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Details: Sources Sought
missouri River Navigation Obstruction Removal
introduction
the Army Corps Of Engineers, Kansas City District Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement For Construction Services To Remove Navigation Obstructions On The Missouri River At River Mile 67-69. The General Scope Of The Work Includes, But Is Not Limited To Dismantling, Demolition, Removal, And Disposal Of Navigation Obstructions. Work Consists Of Mobilization To The Obstruction Areas With Appropriate Removal Equipment And The Lowering Of Obstructions To The Elevations Specified Or As Directed By The Contracting Officer. All Work To Be Performed Will Be Completed By Floating Plant As No Land Access Will Be Available. Mechanical Methods Will Be Used For Removal Of The Obstructions. Contractor Shall Be Required To Be In Full Compliance With State And Federal Clean Water Act Guidelines (sections 404(b)(1) And 401 Water Quality Permits). The Intention Is To Procure These Services On A Competitive Basis.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. All Small Business Set-aside Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
place Of Performance
franklin County, Missouri, River Mile 67-69
disclaimer
“this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp)” To Be Submitted. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Technical Description Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Request For Quote (rfq) Or Invitation For Bid (ifb) Or Rfp, If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Informmation Pertaining To This Requirement.”
if Your Organization Has The Potential Capacity To Perform These Contract Services, Please Provide The Following Information: 1) Organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization; And 2) Tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements.
the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To: 1) Provide Services Consistent, In Scope And Scale, With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract.
eligibility
the Applicable Naics Code For This Requirement Is 237990 – Other Heavy And Civil Engineering Construction, With A Small Business Size Standard Of $45,000,000.00. The Product Service Code Is Y1pc - Construction Of Unimproved Real Property (land). Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement.
additional Information And Submission Details (capabilities Statement)
interested Parties Are Requested To Submit A Capabilities Statement Of No More Than Ten (10) Pages In Length In Times New Roman Font Of Not Less Than 10 Pitch. The Deadline For Response To This Request Is No Later Than 12 Pm, Cdt, 7 April 2025. All Responses Under This Sources Sought Notice Must Be E-mailed To Nathaniel Leyba At Nathaniel.j.leyba@usace.army.mil.
this Documentation Must Address At A Minimum The Following Items:
1. Business Name, Address, Point Of Contact, Phone Number, And E-mail Address
2. Business Duns Number And Cage Code Number
3. State Specific Interest In Providing A Bid If A Solicitation Is Issued
4. Address Capability To Perform A Contract Of This Magnitude And Complexity
5. Type Of Business And Business Size
6. Joint Venture Information, Existing And Potential, If Applicable
7. Offeror's Bonding Capability
8. Contractor May Submit Examples Of Work Done By A Subcontractor If That Subcontractor
intends To Enter Into A Letter Of Commitment With The Contractor
9. Within The Past Three Years, Does Your Firm Have Experience In Excavation In A Marine
environment With Mechanical Methods? This Experience Must Include Operation Of Work
barges, Floating Plant, And Heavy Equipment. Please Submit Minimum Of One But No More
than Three Examples Of Experience (include Contract Number, Agency/customer, Duration
of The Project, Dollar Value)
the Proposed Contract Is Anticipated To Include Tasking That Would Be Accomplished By Labor Categories That Are Subject To The Davis Bacon Act.
upon Evaluation Of The Capability Statements, If It Is Determined That This Requirement Will Be An Unrestricted Competition, The Government Intends To Evaluate The Small-business Responses And Conduct Further Market Research To Identify A Subcontracting Goal.
your Response To This Sources Sought, Including Any Capabilities Statement, Shall Be Electronically Submitted To The Contract Specialist, Nathaniel Leyba, In Either Microsoft Word Or Portable Document Format (pdf), Via Email Nathaniel.j.leyba@usace.army.mil.
all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
no Phone Calls Will Be Accepted.
all Questions Must Be Submitted To The Contract Specialist Identified Above. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought.
(end Of Sources Sought)
Closing Date7 Apr 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposals. There Is Not A Solicitation, Specifications Or Drawings Available At This Time. The Intent Of This Notice Is To Identify Potential Offerors Capable Of Performing The Services. The Solicitation Number For This Announcement Is N4008525r2599; Naval Facilities Engineering Command Mid-atlantic (navfac Midlant), Public Works Department (pwd) Crane, Indiana Is Currently Seeking Potential Sources For An Indefinite-delivery/indefinite-quantity (idiq) Type Contract For Magazine And Inert Building Maintenance And Repair At The Naval Support Activity, Crane, Indiana. The Contractor Shall Provide All Labor, Equipment, Tools, Supplies, Transportation, Supervision, Quality Control, And Management Necessary To Perform All Work Requirements To Provide Magazine And Inert Building Maintenance And Repair. Work Includes But Is Not Limited To The Following: Installation Or Removal And Replacement Of Entire Or Portions Of Concrete Docks, Replacement Of Entire Or Portions Of Concrete Wing Walls, Replacement Of Steel Doors, Removal Of Lead Paint, Replacement Of Dead Lights, Repair Or Replacement Of Domes, Grounding, Seeding, Mulching, Removal And Installation Of Bumper Blocks, Excavation, Backfilling, & Incidental Related Work. New Magazine & Inert Building Construction Is Not Included.
the Term Of The Contract Would Be For A Base Period Of 12 Months With Four 12-month Option Periods To Be Exercised At The Discretion Of The Government. The Term Of The Contract Shall Not Exceed 60 Months And Will Have A Guaranteed Minimum Of $2,500.00 With A Contract Maximum Of $45,000,000.00.
applicable Naics Code For This Solicitation Is 237990 Other Heavy And Civil Engineering Construction. The Small Business Size Standard Is $45,000,000.00.
under Federal Acquisition Regulations (far) Guidelines Far 52.219-14(e)(3) If The Solicitation Is Set-aside For Any Type Of Small Business, The Prime Contractor Must Not Pay More Than 85 Percent Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 85 Percent Subcontract Amount That Cannot Be Exceeded.
under Federal Acquisition Regulations (far) Guidelines If The Solicitation Is Not Set-aside For Any Type Of Small Business, The Prime Contractor Will Be Required To Provide And Comply With A Small Business-subcontracting Plan That Meets The Goals Specified In The Solicitation.
sources Are Sought From 8(a) Firm With A Bona Fide Place Of Business Located In Small Business Administration (sba) Region V Geographical Area Serviced By Indiana, Illinois, Ohio, Michigan, Minnesota, And Wisconsin Sba District Offices; Service Disabled Veteran Owned Small Businesses (sdvosb); Woman Owned Small Businesses (wosb); Historically Underutilized Business Zone (hubzone) Concerns; Or Small Businesses. The Intent Is To Issue A Solicitation On A Set Aside Basis For 8(a) Region V Businesses, Sdvosb, Wosb, Hub Zone Concerns, Or Small Business Concerns. The Type Of Set-aside To Be Issued Will Depend Upon The Responses To This Sources Sought Synopsis. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Contractors. Failure To Submit All Information Requested Below Will Result In A Contractor Not Being Considered As An Interested 8a Region V Business, Sdvosb, Wosb, Hubzone Concern, Or Small Business Concern. If An Adequate Number Of Qualified Responses Are Not Received From These Businesses, Then The Government Will Issue The Solicitation As Unrestricted.
interested 8a Region V Businesses, Sdvosb, Wosb, Hubzone Concerns, And Small Businesses Shall Indicate Their Interest To The Contracting Officer In Writing Via Statement Of Qualifications. The Statement Of Qualifications Shall Include The Following Information:
(a) A Copy Of The Certificate Issued By The Sba Of Your Qualifications As A 8(a) Region “v” Contractor Or Hubzone Concern; Sdvosb Must Also Provide Documentation Of Their Status
(b) Describe Your Partnering, Teaming Or Joint Venture Intentions, If Any,
(c) A Positive Statement Of Your Intention To Submit An Offer For This Solicitation As A Prime Contractor,
(d) Describe Specific Portions Of This Type Of Effort Your Company Intends To Subcontract As Well As Letters Of Commitment From Each Identified Subcontractor;
(e) Provide Description Of Work Performed In The Last Three Years That Is Similar In Type, Size, Scope, And Complexity; Include Contract Numbers, Project Titles And Descriptions, Dollar Amounts, And Points Of Contact, Along With Telephone Numbers; Provide Evidence Of Your Company Performing These Efforts Successfully (indicators Of Successful Performance As Measured By Percentage Of Award Fee Given Or Favorable Past Performance Ratings, And Or Awards Received, Etc., And
(f) Demonstrate The Capability To Bond Up To $10,000,000.00 In A 12-month Period By Providing A Letter From Your Bonding Company That Describes Your Bonding Capacity.
solicitation Release Date Is Approximately April 2025 With Proposals Due A Minimum Of 30 Calendar Days After Solicitation Issuance. In Accordance With Far 5.102(a) (7) Availability Of The Solicitation Will Be Limited To The Electronic Medium And The Government Will Not Provide Copies. The Solicitation Once Issued Will Be Available For Free Download Via: Www.sam.gov.
the Apparent Successful Offeror Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Offerors Not Already Registered In The Sam Database Are Highly Encouraged To Do So Via Internet At: Http://www.sam.gov. Registration In Sam Is Free.
all Contractual And Technical Inquires Shall Be Submitted Via Electronic Mail To Colleen.l.mckinney4.civ@us.navy.mil. Responses May Be Submitted Under Solicitation Number N4008525r2599 Via E-mail To: Colleen.l.mckinney4.civ@us.navy.mil.
receipt Of Potential Offerors Statement Of Qualifications Shall Be Received No Later Than 2:00 P.m. (est) On 27 February 2025.
Closing Date27 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Irrigation Work
United States
Details: This Is A Sources Sought Notice Only For Skagway River Levee Rehabilitation Of Damaged Flood Control Works, Skagway, Alaska. Offers Or Proposals Will Not Be Accepted For This Notice. This Is Not A Pre-solicitation.
the Alaska District Of The U.s. Army Corps Of Engineers Is Conducting Market Research To Facilitate A Determination Of Acquisition Strategy Prior To Releasing A Solicitation For This Anticipated Project. The Determination Of Acquisition Strategy Lies Solely With The Government And Will Be Based On Market Research And Information Available To The Government From Other Sources. Please Note That This Sources Sought Is For Information Only And Does Not Constitute A Solicitation For Competitive Offers/proposals And Is Not To Be Construed As A Commitment By The Government. However, All Interested Parties Who Believe They Can Meet The Requirement Are Invited To Submit Information Describing Their Capability To Provide The Required Services.
description Of Work:
the Purpose Of This Project Is To Repair The Skagway River Levee To Restore Its Functionality To The Pre-disaster Conditions It Has Sustained As A Result Of Significant Flooding Events. The Levee Is Located Along The Southeast Bank Of The Skagway River Starting At The Klondike Highway Bridge In Skagway And Was Constructed Between 1939-1940 With Its Original Length Being 6,700 Feet. All But A Roughly 1,300-foot Portion Of The Levee Was Modified By Dot&pf In 2001, Encapsulating The Original Levee And Adding Class Iii And Iv Armor Stone Along The Riverward Side Slopes. The Levee Protects Public Infrastructure As Well As Residential, Commercial, And Historical Properties.
damage To The Levee Includes Loss Of Riverward Armor Stone And At Least 300 Feet Of Toe Width Reduction Or Loss. The Aim Of This Project Is To Rebuild The Levee Toe And Damaged Slope Along The Dot&pf Portion Of The Levee With Class Iv Riprap And A 1.5 Horizontal (h) To 1 Vertical (v) Side Slope. The Construction Length Is Approximately 5,000 Linear Feet (lf).
the Contractor Is To Furnish All Labor, Equipment, Supplies, Materials, Supervision, And Other Items And Services Necessary To Accomplish The Work. The Contractor Shall Comply With Commercial And Industry Standards As Well As All Applicable Federal, State, And Local Laws, Regulations, And Procedures. The Total Estimated Magnitude Of Construction For Base And Option Items Is Between $10,000,000 And $25,000,000. The Type Of Contract Shall Be Firm-fixed Price. Construction Wage Rates (formerly Davis Bacon Act Wage Rates) Shall Apply. The Estimated Award Date Of This Contract Is December 2025. This Procurement Is Subject To The Availability Of Funds.
if The Project Is Cancelled, All Proposal/bid Preparation Costs Will Be Borne By The Offeror. If A Large Firm Is Selected For This Contract, The Firm Must Comply With Far 52.219-9 Regarding The Requirements For A Subcontracting Plan For That Part Of The Work It Intends To Subcontract.
all Offerors Are Advised That They Must Be Registered In The System For Award Management (sam) (www.sam.gov) Before Submitting A Proposal. Joint Ventures Must Also Be Registered In Sam As A Joint Venture. Offerors Are Advised To Begin This Process When They Prepare Their Proposal In Order To Ensure Registration Is In Place Should They Be Selected For Award. Lack Of Registration In The Sam Database Would Make An Offeror Ineligible For Award.
the Intent Of This Sources Sought Is To Solicit Interest From Qualified Firms With A Primary North American Industrial Classification System (naics) Code Of 237990 – Other Heavy And Civil Engineering Construction, Which Has A Small Business Size Standard Of $45 Million. In Accordance With Far 19.501 Paragraph (c) The Contracting Officer Shall Conduct Market Research And Review The Acquisition To Determine If This Acquisition Will Be Set Aside For Small Business Or Considered For An Award To A Small Business Under The 8(a) Program (see Far Subpart 19.8), Hubzone (see Far Subpart 19.13), Service-disabled Veteran-owned (see Far Subpart 19.14), Or Women-owned Small Business Program (see Far Subpart 19.15). If The Acquisition Is Set Aside For Small Business Based On This Review, It Is A Unilateral Set-aside By The Contracting Officer.
the Requirement For The Submission Of Both Performance And Payment Bonds In An Amount Equivalent To 100% Of The Award Price Shall Be Applicable. Therefore, The Successful Firm Shall Have The Capability To Acquire Such Bonding.
this Is A Sources Sought Open To All Qualified Prime Contractor Firms (large And Small Businesses Under Naics 237990). All Interested Firms Are Encouraged To Respond To This Announcement No Later Than 11 March 2025 Listed Below To: Us Army Corps Of Engineers, Alaska District, Attn: Cepoa-ct (gosh), Po Box 6898, Jber, Ak 99506-0898 Or Via Email To Jennifer.gosh@usace.army.mil And George.g.nasif@usace.army.mil.
interested Prime Contractor Firms Are Encouraged To Submit A Capabilities Package (not Exceeding 5 Pages) Demonstrating The Ability To Perform The Work Described Above. Packages Should Include The Following Information Regarding Their Company:
1. Company Name, Address, Uei Number, Cage Code, Business Size Under The Applicable Naics Above, And Point Of Contact Information Including Email And Phone Number.
2. Sam Status, Large Or Small Business Status Under The Applicable Naics Above, And Type Of Small Business (8a, Hubzone, Service-disabled Veteran-owned, Women-owned, Etc.)
3. Firm’s Single Project Bonding Capability/limit.
4. Demonstration Of The Firm’s Experience As A Prime Contractor On Projects Of Similar Size, Type, And Complexity Within The Past Six Years. List Actual Projects Completed And Include Project Title, Location, And A Brief Description Of The Project.
5. Your Company’s Intent To Propose On The Skagway River Levee Rehabilitation Of Damaged Flood Control Works, Skagway, Alaska Project As A Prime Contractor.
interested Parties Are Invited To Submit A Response To This Sources Sought By The Response Time Stated Above. Please Submit All Documentation By Email In Pdf Format. Responses Received After This Time And Date May Not Be Reviewed.
Closing Date11 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Irrigation Work
United States
Details: Updated To Correct Title On The Announcement.
the Us Army Corps Of Engineers (usace), Walla Walla District Is Seeking Interested Business Sources For A Levee Rehabilitation Construction Project Entitled: Tukwila Levee Repair. This Levee Segment Is Part Of A Larger Levee System On The Tukwila River Located Near The City Of Tukwila In King County, Washington, And Can Be Seen In The National Levee Database Website(https://levees.sec.usace.army.mil/#/levees/system/5505000020/segments, Https://levees.sec.usace.army.mil/#/levees/system/5505000330/summary).this Will Be A Firm-fixed-price Construction Contract. The Magnitude Of Construction For This Project Is Between $1,000,000.00 And $5,000,000.00.the North American Industry Classification System (naics) Code For This Project Is 237990, Other Heavy And Civil Engineering Construction. The Associated Small Business Size Is $45 Million. Performance And Payment Bonds Will Be Required.
this Sources Sought Notice Is A Tool To Identify Businesses With The Capability To Accomplish The Work. This Is Not A Solicitation.only Those Firms Who Respond To This Announcement By Submitting The Following Information Will Be Used In Determining Whether To Set Aside This Requirement.
responses To This Sources Sought Notice Should Include The Following Information:
1. A List Of Current Or Past Projects Demonstrating Technical Experience With Work Of A Similar Nature To That Listed In The Summary Scope Of Work. For Each Project Submitted, Provide A Brief Narrative Statement Of The Work Involved, Your Firm’s Role In The Project, Performance Period, The Dollar Value And The Completion Date. Include A Statement Detailing Any Special Qualifications And Certifications, Applicable To The Scope Of This Project, Held By Your Firm And/or In-house Personnel. If Any Of The Experience Is That Of A Subcontractor, Please Specify That Information In Your Response.
2. A Reference List For Each Of The Projects Submitted In A) Above. Include The Name, Title, Phone Number And Email Address For Each Reference.
3. Provide A Statement Of Your Firm’s Business Size (large, Hubzone, Service Disabled Veteran Owned, 8(a), Small Disadvantaged, Or Woman-owned) With Regards To The Naics Code Listed Above.
4.provide The Percentage Of Work You (as The Prime) Intend To Perform. If You Intend To Subcontract A Major Portion Of The Work (defined As At Least 20% Of The Work), Please Include This Information In Your Response.
5. Provide A Statement That Your Firm Intends To Submit A Bid On The Project When It Is Advertised.
6. Provide A Statement Of Your Firm’s Bonding Capacity. A Statement From Your Surety Is Not Required.
7. Cage Code And Sam.gov Unique Entity Id.
submit This Information To Chandra Crow, Contract Specialist, Via Email To Chandra.d.crow@usace.army.mil And Nathan Bruce, Contract Specialist Nathan.i.bruce@usace.army.mil. Your Response To This Notice Must Be Received On Or Before 10:00 A.m. (pst) On 21 April 2025.
summary Of Scope Of Work: Between Stations 27+00 And 31+00, Roughly 600 Linear Feet, Experienced Slope Failure And Scouring During Three Separate High Water Events In 2015 And 2020. This Activity Has Lead To The Oversteepening Of The Bank In That Area. The Work Planned In This Area Would Include The Removal Of All Vegetation, Primarily Blackberry Bushes, Shrubs, And Small Trees In This Area. Larger Trees Were Removed During A Previous Contract To Avoid The Potential For Nesting Birds During The Construction Window. Once The Area Is Cleared Of Vegetation, The Existing Slope Will Be Excavated From The Toe Of The Levee To The Toe Of The Slope To Create A Consistent Slope For Riprap Placement. The 600-foot-long Eroded Slope Will Be Repaired Using Well-keyed And Appropriately-sized Riprap On A 1.5:1 Slope So That Neither The Levee Toe Or The Existing River Channel Is Encroached Upon. Willow Bundles Will Be Planted Above The Ordinary High-water Line. In-water Work Must Be Completed From July 15-august 31, Although The Remainder Of The Work May Continue Until The End Of September.
all On-site Work Shall Be Performed In Accordance With The Usace Safety And Health Requirements Manual (em 385-1-1).
usace Expects To Award A Single Contract In June 2025 With An Expected Period Of Performance Of 01 July 2025 Through 30 September 2025. An In Water Work Window For This Site Starts At 6:00 A.m. On July 15, 2025 And Ends 11:59 P.m. On August 31, 2025. Any Work Performed Below The Ordinary High Water Mark (ohwm) Can Only Be Performed During This Window. All Remaining Work That Wasn’t Required To Be Completed By The End Of The In-water Work Window Not Later Than 11:59 Pm On September 30, 2025.please Be Aware That The Timeline Will Be Short (5 Days From Contract Award Versus The Normal 10 Days) To Provide The Bonds To The Government.
the Contractor Will Be Responsible For Establishing And Managing An Effective On-site Safety And Health Program In Accordance With Em 385-1-1 That Will Require The Development And Submission Of A Comprehensive Project Specific Accident Prevention Plan For Government Acceptance. In Addition, The Contractor Will Be Required To Develop And Submit For Government Acceptance An Activity Hazard Analyses, For Each Phase Of Work That Complies With Em 385-1-1.
a Site Safety And Health Officer (ssho) Employed By The Prime Contractor Shall Be Required For Each Shift Of The Contractor's On-site Operations. The Ssho Shall Possess A Minimum Of 3-years Of Experience In Construction Safety On Similar Projects, And Shall Have Completed The 30-hour Osha Construction Safety Training Within The Last 5-years.
a Certified Erosion And Sediment Control Lead Employed By The Prime Contractor Will Choose And Install Erosion Control Materials For Specific Site Conditions, As Necessary
the Contractor Will Be Required To Use The Government-furnished Construction Contractor Module (referred To As Qcs) Of The Resident Management System (rms) To Record, Maintain, And Submit Various Information Throughout The Contract Period. Qcs Is A Windows-based Program That Can Be Run On A Stand-alone Personal Computer Or On A Network. The Government Will Make The Qcs Software Available To The Contractor After Contract Award.
Closing Date21 Apr 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Civil Works Others, Excavation
Corrigendum : Closing Date Modified
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposal. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the U.s. Army Corps Of Engineers (usace), Baltimore District (nab) Requests Capability Statements From Qualified Industry Partners. Usace Nab Has Been Tasked To Solicit And Award A Firm-fixed-price Construction Contract For Slaughter Creek Maintenance Dredging, Dorchester County, Md. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Request Or Any Follow-up Information Requests; All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. Responses To This Sources Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions. The Naics Code For This Acquisition Is 237990 - Other Heavy And Civil Engineering Construction, With A Size Standard Of $37,000,000.00. The Magnitude Of Construction Is Between $1,000,000.00 And $5,000,000.00. To Be Considered Small For Purposes Of Government Procurement, A Firm Must Perform At Least 40 Percent Of The Volume Dredged With Its Own Equipment Or Equipment Owned By Another Small Dredging Concern.
by Way Of This Market Survey/sources Sought Notice No. W912dr25x16ep, Usace Nab Intends To Determine The Extent Of Capable Firms That Are Engaged In Providing The Services Described Hereunder. Therefore, This Notice Does Not Constitute A Request For Proposal (rfp); It Does Not Guarantee The Future Issuance Of An Rfp; Nor Does It Commit The Government To Contract For Any Supply Or Service. Further, Usace Nab Will Not Accept Unsolicited Proposals. In Accordance With Federal Acquisition Regulation (far) 15.201(e), 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 Usace, Nab Will Be Conducting Maintenance Dredging Of Slaughter Creek In Dorchester County, Md. Material Will Be Placed At An Existing Upland Placement Site Approximately 1.5 Miles From The Furthest Location Of The Dredging. The Magnitude Of Construction Is Approximately $1,000,000.00 To $5,000,000.00. The Construction Duration Will Be Approximately 120 Calendar Days From Notice To Proceed.
the Scope Includes Using A Mechanical Dredge Or Excavator In Slaughter Creek To Remove Material To Its Authorized Depth Of 7 Feet (plus Two Feet Of Allowable Overdepth). Up To 60,000 Cubic Yards Of Silty To Sandy Material Are To Be Dredged. Material Will Be Transported Less Than 2 Miles Via Scow To A Shoreline Bulkhead Where It Will Be Offloaded Into Earth Movers/dump Trucks By Excavator And Hauled Approximately 1,000 Feet To The Existing Placement Site.
responders Should Address All Of The Following In Their Submittal:
1. Firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage Code.
2. Indicate If Your Company Is Currently Registered With The Systems For Award Management (sam) Database. If Not, Indicate If It Has Been Registered Or Does It Plan To Register.
3. In Consideration Of Naics Code 237790, With A Small Business Size Standard In Dollars Of $37,0000,000.00, Indicate Which Of The Following Small Business Categories Your Business Is Classified Under: Other Than Small Business, Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Or 8(a) Business.
4. Indicate If Your Company Is Currently Prohibited From Doing Business With The Federal Government. Yes/no. (if Yes, Explain).
5. Provide A Letter From Your Surety For Bonding Capacity For A Dredging Project Of The Anticipated Magnitude Detailed Above.
6. Provide At Least Two (2) Examples Of Projects Similar In Size And Scope Within The Past Six (6) Years Directly Performed By Your Company, Dates Of Projects, Project References (including Owner With Phone Number And Email Address), Floating Plant, And Final Costs Of Completed Projects. Contractors With Unsatisfactory Past Performance May Not Be Considered Capable Of Successfully Performing This Type Of Work.
7. The Submittal Should Contain And Identify All Expertise, Types And Number Of Equipment, And Name And Number Of Personnel. The Contractor Must Also Have Worked Previously With The Federal Government On A Similar Job And Provide Examples Of Those Jobs And References (name And Phone Number) To Assure Expertise.
8.total Submittal Shall Be No Longer Than Ten (10) Pages In One (1).pdf File.
comments Will Be Shared With The Government And The Project Team, But Otherwise Well Be Held In Strict Confidence.
submission Instructions:
this Notice Is Not An Rfp. 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 Source Sought 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 No Later Than 8 May 2025 By 11:00 Am Edt. All Responses Under This Sources Sought Notice Must Be Emailed To The Contract Specialist, Ms. Christine Brooks At Christine.a.brooks@usace.army.mil And The Contracting Officer, Mr. Gary Faykes At Gary.faykes@usace.army.mil Referencing The Source Sought Notice Number W912dr25x16ep.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
please Note That Vendors Not Registered In The System For Award Management (sam) Database Prior To Award Of Contracts Will Not Be Eligible For An Award. Vendors Must All Be Registered In Sam Under The Applicable Naics Code 237990 As Indicated In The Advertised Rfp To Be Considered For Award. Vendors May Register For Sam Online At Www.sam.gov Or By Calling 1.866.606.8220.
Closing Date8 May 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: This Sources Sought Notice Is Being Issued For Market Research Purposes To Determine The Availability, Capability, And Interest Of Small Business Firms For A Potential Government Requirement. No Solicitation Is Available; Requests For A Solicitation Will Go Unanswered. No Award Will Be Made From This Notice. Responses Will Be Used To Determine Potential Acquisition Strategies, Understand Current Market Capabilities, And To Gain Knowledge Of Potential Sources.
general Scope:
the United States Army Corps Of Engineers (usace) Sacramento District (spk) Anticipates A Potential Requirement For Design-bid-build (dbb) Construction Services To Repair And Improve The Defense Logistics Agency (dla) Disposition Services Facility Located Within Sierra Army Depot, In Herlong, California (ca).
the Project Is Anticipated To Include Site Improvements And Renovation Of Existing Pre-engineered Metal Buildings (pemb). Work For Building 314 Is Anticipated To Include Complete Replacement Of Exterior Windows And Doors, Plumbing Systems (including Under-slab Sanitary Sewer And Sewer Connection Out Of The Septic System), Mechanical Systems, Electrical Systems, Fire Alarm Systems, And Communication Systems. Work For Building 315 Is Anticipated To Include Work To Improve Envelop Deficiencies. Site Improvement Work Is Anticipated To Include Improving The Existing Hard Stand Site Area, Replacing The Existing Truck Scale With A New Truck Scale, Installing Radiation Monitors, And Replacing And Expanding The Concrete Demilitarization Pad.
the Government Anticipates The Requirement Will Be Fully Designed. The Government Estimates The Requirement Can Be Constructed Within Seven Hundred And Thirty Days (730) Calendar Days. If Market Conditions Indicate This Estimate May Be Unrealistic, Respondents Are Encouraged To Provide Specific Information (such As Known Equipment Lead Times Or Other Timeline Concerns) For Government Consideration When Responding To This Sources Sought Notice.
the Potential Requirement May Result In A Firm-fixed-price Solicitation Issued Approximately November 2024. If Solicited, The Government Intends To Award The Contemplated Requirement As A Fixed-price Contract By Approximately February 2025.
in Accordance With Defense Federal Acquisition Regulation Supplement (dfars) 236.204(i) The Government Currently Estimates The Magnitude Of Construction For This Project To Be Between $10,000,000 And $25,000,000.
the North American Industrial Classification System (naics) Code For The Potential Requirement Is Anticipated To Be 237990, Other Heavy And Civil Engineering Construction. The Small Business Size Standard For This Naics, As Established By The U.s. Small Business Administration, Is $45,000,000.00 Annual Revenue. The Product Service Code For The Potential Requirement Is Anticipated To Be Y1jz, Construction Of Miscellaneous Buildings.
if There Is A Reasonable Expectation That At Least Two (2) Responsible Small Business Concerns Under This Naics Can Provide The Anticipated Services At Fair Market Prices, The Contracting Officer Is Required To Set The Acquisition Aside For Small Business Concerns. If Competition Is Set-aside For Small Businesses, Far 52.219-14, Limitations On Subcontracting, Requires That General Construction Small Business Contractors Self-perform At Least Twenty-five Percent (25%) Of The Cost Of The Contract, Not Including The Cost Of Materials. If No Set Aside Is Made, The Requirement Is Competed With Full And Open Competition, And The Awarded Contractor Is Not A Small Business, The Contractor Will Be Required To Perform The Percent Of Work Identified In The Solicitation Under Far 52.236-1,performance Of Work By The Contractor.
contractors With The Skill, Capabilities, Workload Capacity, And Ability To Obtain Bonding To Complete The Project Described Above (either Through Self-performance And/or Subcontractor Management) Are Invited To Provide Capability Statements To The Point Of Contact Listed Below. Other Than Small Businesses Are Also Encouraged To Submit Capability Statements.
capability Statement:
responses Must Be Limited To Ten (10) 8.5 X 11 Inch Pages With A Minimum Font Size Of Point 10.
please Provide The Following Information:
1) Company Name, Employer Identification Number(ein) Or System For Award Management Unique Entity Identification Number (sam Ueid), Address, Point Of Contact, Contact Phone Number, Contact E-mail Address, And Statement Identifying Whether The Company Employs Union Or Non-union Workers.
2) Experience And Capability To Complete Contracts Of Similar Magnitude And Complexity To The Potential Requirement, Including At Least Three (3) Examples Of Comparable Work Performed Within The Past Six (6) Years. Each Example Should Include A Brief Description Of The Project, Description Of The Work Performed (identification Of Self-performance And/or Subcontractor Management), Customer Name, Customer Satisfaction, Timeliness Of Performance, Dollar Value Of The Project And Whether There Were Any Challenges Experienced During The Project (delays, Investigations, Health And Safety Issues, Labor Shortages, Management/organizational Issues, Etc.).
3) Business Size And Socioeconomic Type For The Applicable Naics (ex: Certified Hubzone, Woman-owned Small Business, Serviced-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), 8(a) Participant, Small Business, Or Other Than Small Business (large Business)).
4) Bonding Capability (in The Form Of A Surety Letter).
please Submit All Capabilities Statements, Information, Brochures, And/or Marketing Material As One (1) Document, Limited To The Page Maximum Above.
responses Will Not Be Considered An Offer, Proposal, Or Bid For Any Solicitation That May Result From This Notice. Moreover, Responses Will Not Restrict The Government To An Acquisition Approach. This Notice Is For Information And Planning Purposes Only. Respondents Will Not Be Notified Of The Results Of Any Review Conducted Or The Capability Statements Received.
please Provide Responses And/or Questions By Email To The Contract Specialist, Costa Laliotitis At Constantinos.laliotitis@usace.army.mil By 1100 / 11:00 A.m. (pdt) Monday, 30 September 2024.
please Include The Sources Sought Notice Number, ‘w9123824s0034’ In The E-mail Subject Line.
Closing Date1 Mar 2025
Tender AmountRefer Documents
5911-5920 of 6015 archived Tenders