United States - Maintenance and Repair of Roads, Parking Areas, Trails, and Minor Infrastcture at Lake Red Rock, Marion County, IA and Saylorville Lake, Polk County, IA
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 25 October 2019
- Opportunity publication date
- 12 October 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Oct 11, 2019 12:45 pm
Sources Sought: Maintenance and Repair of Roads, Parking Areas, Trails and Minor Infrastructure at Lake Red Rock, Marion County, IA and Saylorville Lake Polk County, IA
Purpose and Objectives:
This announcement is for information and planning purposes only, and the purpose is to obtain information regarding: (1) the availability, capacity, and capabilities of qualified industry sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled, veteran- owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their understanding, capabilities and experience relative to the proposed acquisition to assist the Government in determining the expectation of receiving bids, as well as the expectation of receiving bids from responsible contractors at fair market prices. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a small business set-aside is possible.
A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice is solely within the discretion of the Government.
The United States Army Corps of Engineers (USACE) Rock Island District does not intend to award a contract on the basis of responses received, however as a result of this Sources Sought Notice, USACE may issue a Request for Proposal (RFP).
Interested parties are expected to review this Notice and the Project Requirements to familiarize themselves with the requirements of this project.
Background:
The USACE - Rock Island District, is seeking eligible contractors capable of performing work that could include (not limited to) the following: asphalt pavement patching, Asphalt Cement Concrete pavement milling, asphalt crack sealing, Portland Cement Concrete (PCC) pavement milling, concrete crack/joint sealing, concrete curb and gutter, saw cutting of asphalt, pavement demolition and removal, PCC pavement and curb and gutter demolition and removal, trail section replacement, removal of pavement markings, addition of miscellaneous pavement markings, emulsified asphalt slurry seal, PCC sidewalks, concrete pavement and slabs, and seeding. The required work would support anything to maintain the roads, trails and minor infrastructure within and surrounding USACE property at Saylorville and Red Rock Lakes. Minor infrastructure work could include regrouting of joints and concrete/steel work around the dam structures.
NAICS Code and Size Standard:
In the event an RFP is issued, it is anticipated North American Industry Classification System (NAICS) code 237310 with a size standard of $39.5M is being considered.
Anticipated Solicitation/Award Strategy:
The Government is considering the use of a single award 3 year Indefinite Delivery, Indefinite Quantity type contract to encompass both lake areas within Iowa. The potential maximum capacity for the contract would be $5M. The contractor may be required to perform work/task orders concurrently at both performance sites.
Submittal Instructions:
All parties interested in this project must demonstrate that they would have the potential to be a responsive and responsible contractor for the following project technical criteria.
In addition to the requested information below, please provide any additional information that will allow the Government to fully understand your company's capabilities to potentially perform this type of work. We would also welcome your feedback on any proposed acquisition strategies, as well as the proposed NAICS code selection.
Responses to this notice shall address the following areas:
1. Company Name, Data Universal Numbering System (DUNS)/Commercial and Government Entity (CAGE) Code (If your company does not have at the time of this sources sought, please be aware that you will be required to register your company in the System of Award Management (SAM) system at www.sam.gov to be eligible for any future Federal contracts), point of contact information including an email, and your current small business status.
2. Project examples with similar complexity and scope (ideally including examples of work that match up with the potential work features identified in the project background above). Examples should include all pertinent information regarding the requirements to clearly demonstrate the understanding and abilities of your company. It is requested that all similar Federal work completed be submitted If you performed previous work as a part of a team, with subcontractors (or other arrangements) please provide information on that relationship, tasks performed by team members etc. to be able to provide the Government with a sense of prime contract management as well as team member/subcontractor management.
3. Information on your capabilities and capacity to potentially bid on and perform work at both proposed locations, understanding that you may be required to perform work concurrently. Provide statements as to your ability to work at both locations and/or provide us with information on your capability to perform at one site or the other, indicating whether a combined location acquisition strategy would limit your ability to compete.
4. Applicable only if a small business: Description of how as a small business you would be capable of performing the work, either by 100% self-performance or through teaming. Specifically, if you would not be self-performing 100% of the work, please provide:
• An estimate of your self-performance and a proposed team approach (for example: are you part of an approved mentor protégé team through the SBA 8(a) or All Small Mentor Protégé Program?
• Will you be teaming with other small businesses to meet the self-performance requirements (15%)?
• If using subcontractors, will your subcontractors be primarily small businesses?
• What type of work, if any would likely be subcontracted?
• Have you performed this type of work previously with teaming arrangements? If so, what were issues with contract performance?
• NOTE: Small businesses may submit a capability statement that includes the expertise of large business partner companies under a teaming arrangement. If a teaming arrangement is contemplated, then the response to this sources sought must clearly discuss the areas of the requirements that the small business firm intends to perform and the specific areas that the large business teaming partner intends to perform. Please note that if this requirement is a small business set-aside, at least 15% of the total cost of the contract value must be incurred by or for personnel of the small business firm (or similarly situated entities) pursuant to the FAR clause at 52.219-14 entitled "Limitations on Subcontracting (NOV 2011)". This is just an estimate for planning and based on your current past performance and project experience.
In order for the Government to make a Small Business (SB) set-aside (or other socioeconomic sub-category) determination, it is emphasized that SB concerns provide sufficient written information to clearly demonstrate their capacity, capability, and responsibility (in accordance with FAR 9.1 and the requirements at FAR 19.502(b)(1) to successfully perform and manage all the requirements of this effort.
Information Submission Instructions:
1. All capability Statement sent in response to this Sources Sought notice must be submitted via e-mail to the contract specialist Zachary Schuler at Zachary.e.schuler@usace.army.mil and the Small Business Programs Office, Beth White at elizabeth.m.white@usace.army.mil . The e-mail subject line must specify: Response to Sources Sought: Lake Red Rock and Saylorville Lake Roads, Trails and Infrastructure Maintenance IDIQ.
2. Due Date/Time: Responses are due no later than 25 October 2019 2:00PM, however this does not restrict the Government from accepting responses after this time, if it is in the best interest of the Government for market research purposes. and also does not prohibit the Government from seeking potential capable, and responsible sources from information available from other resources (for instance: small business databases, known sources, previous contractors) to determine a final procurement strategy.
This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses a solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.
A listing of respondents will be posted to the FBO website after the Sources Sought period closes. If you wish to remove your information from this posting, please include that request with your submission.
- Opportunity closing date
- 25 October 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army USACE District, Rock Island United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.