North Carolina Bids > Bid Detail

Island Creek Repair and Armoring

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159133998396726
Posted Date: Apr 15, 2024
Due Date: Apr 30, 2024
Solicitation No: W912PM24B0013
Source: https://sam.gov/opp/e7b45318f8...
Follow
Island Creek Repair and Armoring
Active
Contract Opportunity
Notice ID
W912PM24B0013
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST WILMINGTON
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 15, 2024 10:53 am EDT
  • Original Response Date: Apr 30, 2024 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 238910 - Site Preparation Contractors
  • Place of Performance:
    Charlotte , NC 28299
    USA
Description

SOURCES SOUGHT NOTICE



FOR



Island Creek Repair and Armoring





This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a



Request for Proposal. This request does not obligate the Government in any contract award.





The U.S. Army Corps of Engineers, Wilmington District, is seeking information regarding the capability and availability of qualified contractors to provide the Island Creek Repair and Armoring in Mecklenburg County, Virginia.





Government is requesting information from interested and capable sources for the purpose of identifying sources that can meet the Government's requirement and help determine how to issue the solicitation. The information provided must contain enough detail to demonstrate ability to meet the Government's requirement as described in the Project Information listed below. It is the intent of the Government to solicit and award as a firm fixed priced contract and will be procured in accordance with the FAR, DFARS, AFARS, and USACE Acquisition Instructions. The responses are for informational purposes only and do no obligate the Government or Contractor in any way.





The work at Island Creek consists of modifying the top of the existing seepage berm to provide a 2% sloped surface for drainage, constructing one access ramp to the toe of the existing seepage berm, constructing a grass-lined ditch along the existing access road, constructing 4 small rock check dams along the grass-lined ditch, repairing and re-grading the existing access road to provide a 2% cross slope, placement of riprap between the existing riprap toe and the existing water elevation, repairing existing concrete around manholes, and protecting the existing piezometers.



The magnitude of construction for this project will be between $1,000,000.00 and $5,000,000.00.





All interested firms with 238910 as an approved NAICS code have until 30 April 2024 at 1100 AM to submit the following information:





- Name & Address of your Firm





- Point of Contact (Name/Phone/E-mail)





- Current SAM Record to included UIE Number and CAGE Code





- Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM.





- Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity.





- Evidence of capabilities to perform comparable work (i.e., complex construction projects) in the area of berm construction, heavy and civil engineering. The contractor must provide evidence of comparable work on two (2) recent projects greater than $500,000.00 (not more than five (5) years old.) Include the project name and description of the key/salient features of the project (completion date, total contract construction value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience.



- Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign.





The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.





The requested information shall be submitted electronically to:





U.S. Army Corps of Engineers



Attn: Troy Small and Jenifer Garland



E-mail: troy.d.small@usace.army.mil and jenifer.m.garland@usace.army.mil





The email should be titled: W912PM24B0013: Island Creek Repair and Armoring Sources Sought Response





Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner





All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 69 DARLINGTON AVENUE
  • WILMINGTON , NC 28403-1343
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 15, 2024 10:53 am EDTSources 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 >